HomeMy WebLinkAbout12-14-2006 Airport CommissionIOWA CITY AIRPORT
MEETING AGENDA
AIRPORT TERMINAL BUILDING
1801 S. RIVERSIDE DRIVE
IOWA CITY, IOWA
THURSDAY, DECEMBER 14, 2006 — 5:45P.M.
Determine Quorum
2. Approval of Minutes from the following meetings:
November 9, 2006
3. Public Discussion - Items not on the agenda
4. Items for Discussion/Action:
A. FAA/IDOT Projects - Earth Tech — David Hughes
a. Runway 7/25
b. Taxi -lane North Tee's and Parking Lot Rehab
i. Consider a resolution accepting the North T-Hangar Taxilane and North
Parking lot rehabilitation as completed.
c. South Aviation Development
d. JJR Davis Drainage
B. Aviation Commerce Park
a. Recommendation to city council on purchase offer for Lot No. 5 of the North
Commerce Park by IWI Motorparts
b. Consider a resolution approving amendment to listing agreement with Iowa
Realty
C. Grass Runway
D. Jet Air Management Agreement
E. Parking Policy
a. Consider a resolution adopting Parking Policy
F. Janitorial Services
a. Consider a resolution accepting the proposal submitted by Midwest Janitorial
Services for janitorial services at the Iowa City Municipal Airport
G. Airport "Operations": Strategic Plan -Implementation; Budget; and Airport Management
a. 2006 Annual Report
H. Subcommittees' Reports
FBO Staff Report
5. Commission Members' Reports
6. Staff Report
Set next regular meeting for January 11, 2007 at 5:45 p.m.
k►
8. Adjourn
MINUTES
Iowa City Airport Commission
November 9, 2006
Iowa City Airport Terminal — 5:45 PM
DRAFT
Members Present: Randy Hartwig, Chair; John Staley; Janelle Rettig; Howard Horan,
Greg Farris
Staff Present: Sue Dulek, Michael Tharp
Others Present: David Hughes, Earth Tech; Harry Wolf; Eric Kochneff, Brian
Douglas
DETERMINE QUORUM:
Chairperson Hartwig called the meeting to order at 5:46 PM.
RECOMMENDATIONS TO COUNCIL:
APPROVAL OF MINUTES FROM THE OCTOBER 12, 2006, MEETING:
Hartwig asked if the members had any corrections or changes to the above -named
minutes, and if none, he asked for a motion to approve said minutes. Farris moved to
accept the minutes of the October 12, 2006 meeting; seconded by Rettig. Motion
carried 5-0.
PUBLIC DISCUSSION: None.
ITEMS FOR DISCUSSION/ACTION:
A. FAA/IDOT Projects — Earth Tech — David Hughes
a. Runway 7/25 — Hughes talked to the Commission about the current
progress. Members asked questions of Hughes regarding the affects
the weather was having. Hughes noted that this project will be shut
down for now and will be reopened in the spring. Hughes stated that
they did have maintained contact with the FAA regarding the
obstruction mitigation. He stated that they are back looking at
obstruction impacts. Hughes stated that the FAA has requested a letter
from the Airport that basically says they are going to develop the
Airport in accordance with the Airport layout plan, and that this letter
has been taken care of. Hughes noted that Dane Road will be
completely barricaded; he noted that there were still some vehicles
using the road even though it was closed.
b. Taxi -lane North Tee's and Parking Lot Rehab — Hughes stated that
the contractor has arranged for the Hangar A damage repairs and it
should take about three days to do this work. Tharp noted the repairs
Airport Commission
November 9, 2006
Page 2 of 7
were set for Monday November 13, and he had been in contact with
the affected tenant to arrange the hangar's availability.
c. Terminal Apron
1. Update — Hughes stated that this Agreement has been redone
and is now ready for approval. This is an agreement with
Earth Tech for engineering services related to the terminal
apron reconstruction, which is the project that is being done
in conjunction with the sale of the Hagan property. Members
asked Hughes various questions regarding this project.
2. Supplemental Agreement No. 7 — Hartwig asked if there
was any other discussion, and if not, he asked for a move to
consider the Resolution.
i. Consider a Resolution approving Supplemental
Agreement No. 7 for Services Related to
Terminal apron Rehabilitation — Horan moved
to consider Resolution #A06-24; seconded by
Farris. Carried 5-0.
d. South Taxi -lane Rehabilitation— Hughes briefly explained this
Order and why they need to change the compensation to $26,300,
instead of $25,000.
i. Consider a Resolution approving Project Task
Order No. 4 for Rehabilitation of South Taxiway
and Taxi lanes surrounding Building G. — Rettig
moved to consider Resolution #A06-25; seconded
by Staley. Carried 5-0.
e. Hangar A Rehabilitation — Hughes briefly explained this Order and
responded to members' questions.
i. Consider a Resolution approving Project Task
Order No. 5 for Rehabilitation of Hangar A. —
Rettig moved to consider Resolution #A06-26;
seconded by Farris. Carried 5-0.
f. FY 08 Airport Improvement Program — Hughes noted that this is
updating what has been submitted in the past through the funding
source. Rettig asked questions of Hughes regarding the Long Range
Needs Assessment. Horan asked questions regarding fencing needs at
the Airport. Rettig stated that she would like to see a plan like this for
non -FAA related items that need to be worked on. Discussion
continued on the various projects that are addressed in this document.
B. Grass Landing Strip — Hartwig noted that he will probably combine this
topic and the South Aviation Development discussion tonight. He explained
his reasoning to the Commission, using a drawing of the areas being
discussed. Hughes took part in the discussion, answering members' questions
regarding possible development in this area. (TAPE ENDS) Discussion
continued with members talking about possible development on the Airport
Airport Commission
November 9, 2006
Page 3 of 7
property. Horan stated that he would like to see a 15-year plan. Rettig stated
that she feels they need to look further down the road and they need to
consider "green space" in all of this. She would like to see them preserve
land, not develop it. Horan talked about the possibilities for the Airport in the
future with continued technology advances with GPS, for example. Rettig
suggested they ask for help from the new Economic Development Director
with the City. Regarding the grass landing strip, Tharp stated that he spoke
with Blum after last month's meeting regarding the length of the strip and
other basics. Members discussed where this landing strip could be moved to
and what areas would require more prep work. Rettig asked what the
minimum standards would be for a grass strip, and Horan responded.
Members continued to ask questions about what type of development could
still take place, and what restrictions would be encountered with building.
Rettig stated that while she understands the need to increase the City's tax
base, she feels they need to balance the development and the keeping of green
space, and that she would not be in favor of "boxing" in the Airport with
development. Staley asked if there is a limit on the market for hangars, to
which Horan responded that he feels once the 7-25 project is done, he feels
they will see the maximum. Rettig pointed out on the diagram what areas she
would like to see developed, and what areas she would like to see reserved for
green space and aviation space. She feels the future needs and plans of the
Airport should be looked at thoroughly. Rettig noted, for the record, that the
comments made at the recent Council meeting about people calling and
wanting 100 acres of land, she feels this is not the kind of land for those
projects, and that Scott Six would be more appropriate. Rettig asked the other
Airport Commission members if they are all in consensus that they are not
interested in economic development, commercial development, on all 63
acres, to which all of the Members agreed. Discussion then turned to the City
trail system that will be coming through this area soon.
C. South Aviation Development — (see above Item)
D. Aviation Commerce Park — Harry Wolf addressed the Commission
Members, stating that he has an update regarding an offer on Lot 5, which has
been returned to the prospective buyer with a counter offer. Just before this
evening's meeting, Wolf stated that he received an updated flood plain map,
which will help them figure out any requirements on this lot. He stated that
Us should help the buyer in his decision -making, and that hopefully by next
months' meeting he will have a final offer. (TAPE ENDS) Wolf continued,
stating that the flood plain map will then get sent to FEMA for a formal
change. Hartwig reminded Members that the FAA still has the final say on
selling Airport land. Wolf stated that they need a single plat that shows lot
sizes and dimensions — that this would be helpful for his purposes in
marketing this land. Members asked questions of Wolf regarding the asking
Airport Commission
November 9, 2006
Page 4 of 7
price for this lot. Wolf stated that they have another interested party, as well,
and that hopefully he will have more info soon.
E. Corporate Hangar Lease Agreement with Keith Roof — Tharp stated that
this is the lease that was brought up last month and that he went back to Roof
to further discuss his needs. Tharp stated that Roof does plan to hang up his
maintenance shop plague and wants to rent the hangar for his private aircraft
only. Questions were asked about this specific lease agreement, such as the
rental price for this hangar compared to others around it. Staley pointed out a
small typo on 7.C.
a. Consider a Resolution Accepting Agreement with Keith Roof dba
Iowa City Aircraft Repair for Hangar #32 — Rettig moved to
consider Resolution #A06-27; seconded by Horan. Carried 5-0.
F. Jet Air Management Agreement — Hartwig went over the current agreement
that the Members received from Tharp this evening. He gave Members some
background on the agreement with Jet Air, stating that its original purpose
was due to the Airport not having a manager at the time. The Commission at
that time wanted to make sure that the various duties were being handled, and
this is what started the initial agreement with Jet Air. Basically, there will be
a change in the duties — a lessening — than those that are currently part of this
agreement. Members agreed that Tharp has been performing some of these
tasks. Rettig asked questions regarding the chain of command within the
Airport. The specific duties that the maintenance worker still does were
discussed, as well, with Members stating that some of these issues need to be
looked at more closely. Discussion turned to the review of the Jet Air
Agreement, item by item, with Members giving their suggestions for wording,
etc., as well as asking Tharp for clarification on some duties. (TAPE ENDS)
Discussion continued on the exact wording of the agreement with Jet Air, with
Members trying to find the best way to capture what is happening and what
could happen in the future. Rettig asked if they were going to drop any
language referring to "management of the Airport" by Jet Air, which led
members to discuss this issue next. As a group, the Members went through
each section of the agreement, making changes to wording or deleting
unnecessary sections. Dulek responded to some of the legal aspects of the
necessary wording.
G. Parking Policy — Tharp started the discussion by noting the changes he made
to the parking policy. Rettig stated that she does not like the wording on the
14-day issue — that she would like to see something where people don't have
to check in with the Airport. The discussion turned to signage, with Members
stating that they would like to see more detail in the signage so people know
what to expect. Rettig asked if the City has a sign shop and if they could help
replace some of the current signage at the Airport.
13
Airport Commission
November 9, 2006
Page 5 of 7
H. Commercial Business Agreements — Hartwig noted that they need to put
some thought into how they want to proceed with this. He does feel that they
should have some type of agreement in place, in light of future developments.
The discussion turned to the "minimum standards" that are in place for
commercial uses, such as flight instruction, aircraft rental, FBO service, and
aircraft sales. Rettig volunteered to be on the subcommittee to look into
creating this agreement, and she will work with Tharp on this.
Hartwig noted that Tharp has been in contact with the Convention and
Visitors Bureau regarding the Iowa City Airport's membership. He added that
he was talking with Chuck Swanson recently to bring information regarding
events at Hancher to the airport.
I. Airport "Operations"; Strategic Plan -Implementation; Budget; and
Airport Management — Tharp discussed his handout regarding Capital
Improvement Fund Projects. Rettig asked for some clarification on several
items in the expense report for September 2006. Tharp and Hartwig
responded to her questions, giving some background on these issues. (TAPE
ENDS) Hartwig mentioned that they will be meeting with the City Council
before year-end to discuss the upcoming budget needs for the Airport. Rettig
asked for an update on the observation area, and the discussion turned to this.
The idea of working with various community groups was discussed briefly,
and how they could help in this endeavor.
J. Subcommittees' Reports — Tharp noted that bids are in for the Cleaning
Committee, but that he and Farris have not yet had a chance to review them.
K. FBO Staff Report — Hartwig noted that this Item was added to the agenda to
give the FBO staff an opportunity to share information with the Commission.
COMMISSION MEMBERS' REPORTS — Hartwig mentioned the "iawings" web site,
on the Iowa DOT site, and stated that he saw the winners of the photo contest listed there.
Staley noted that December is called "premature month" in recognition of babies born
prematurely, and the March of Dimes is holding a candlelight vigil and program. He
noted that they have asked for pink and blue lights as part of this program on the 140', and
he stated that the tower will have pink and blue covers on that date for the celebration.
Horan noted that he has been visiting the flightaware web site more often and that he will
probably send Commission Members an email with a link to this information. Rettig
stated that since the last meeting; she had the opportunity to fly to Minneapolis with
Hartwig and she stated "for the record" that he is a very good pilot. She noted that she
thoroughly enjoyed the flight. Rettig also stated that she would like to recognize that
there are new Legislators for Johnson County, in both the State House and at the Federal
level, and that their contacts with these representatives needs to continue.
Airport Commission
November 9, 2006
Page 6 of 7
STAFF REPORT — Dulek noted that the final City Council meeting in 2006 would be
December 12''.
SET NEXT REGULAR MEETING FOR: December 14, 2006 AT 5:45 P.M.
ADJOURN — Meeting adjourned at 8:07 P.M.
0
Airport Commission
November 9, 2006
Page 7 of 7
Airport Commission
ATTENDANCE RECORD
YEAR 2006
(Meeting Date)
NAME
TERM
EXP.
1/12
219
319
4/13
511
5111
5/31
6/8
6/16
6/23
6/27
7/13
Daniel Clay
3/l/08
—
--
---
---
---
--
---
---
---
--
--
---
Randy Hartwig
3/l/09
X
X
X
X
X
X
X
X
X
O/E
X
X
Greg Farris
3/l/07
O
X
X
X
X
X
X
X
X
X
O/E
O/E
John Staley
3/l/06
X
X
X
X
X
X
O/E
X
X
O/E
X
X
Howard Horan
3/1/08
X
X
X
X
X
X
X
X
X
X
X
X
Janette Rettig
3/1/12
---
---
X
X
X
X
X
X
X
X
X
X
..Name......
7/27
8/10
9/14
9/18
10/12
11/9
Randy Hartwig
3/1/09
X
X
X
X
X
X
Greg Farris
3/l/07
O/E
X
X
X
X
X
John Staley
3/1/10
X
X
X
X
X
X
Howard Horan
3/l/08
X
X
X
X
X
X
Janette Rettig
311/12
O/E
X
X
X
X
X
KEY: X = Present
O = Absent
O/E = Absent/Excused
NM = No meeting
--- = Not a Member
7
v
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
RESOLUTION NO.
RESOLUTION ACCEPTING THE WORK FOR THE NORTH T-HANGAR
TAXILANE AND NORTH PARKING LOT REHABILITATION
WHEREAS, the Commission's consultant for the North T-Hangar Taxilane and North Parking
Lot Rehabilitation, Earth Tech Inc., has recommended that the work on installation of the Willow
Creek Box Culvert associated with the Runway 7 extension, by Iowa Bridge & Culvert Inc., be
accepted as complete.
WHEREAS, the final contract price is $186,700.21, and includes $174,073.17 from the original
contract; $2000 from change order #1 and $12,448.56 from Change Order #2 and ($1821.52) in
actual quantities installed.
NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT:
Said improvements are hereby accepted by the Iowa City Airport Commission.
Passed and approved this day of
CHAIRPERSON
ATTEST:
SECRETARY
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes
Nays
rM�,
Approved by
a" q--ojc,
City Attorney's Office
Absent
Farris
Hartwig
Horan
Rettig
Staley
the Resolution be
EarthTech
A Tyco Into mat Iona I Ltd. Company
November 28, 2006
Mr. Randall D. Hartwig
Iowa City Airport Commission
1801 S. Riverside Drive
Iowa City, IA 52246
RE: T-Hangar Taxilane Rehabilitation
IDOT AIP No. 9I-002-OIOW-100
Terminal Parking Lot Rehabilitation
Airport Fund No. 473010
Iowa City Municipal Airport
City of Iowa City, Iowa
Earth Tech ID No. 88056
Dear Mr. Hartwig:
500 S.W. 7th Street P 515.244.1470
Suite 301 F 515.244.4803
Des Moines, IA 50309 w .earthtech.com
Enclosed are three (3) copies of the [DOT Department of Aviation form for acceptance of a state -funded
project. This project should be presented for final acceptance by the Commission at the December, 2006
commission meeting. The contractor completed repairs to Hangar A during the week of November 131h
through November 17a', thus completing all items on their punchlist.
Please sign all three (3) copies and return to our office for future processing. Once we have received an
executed copy back from the IDOT, we will return a copy to your office.
If you have any questions or require additional information, please feel free to contact our office at your
convenience.
Very truly yours,
Earth Tech
'3'
1� `--
David B. Hughes, P.E.
Enclosures: As Noted
L:hvork\pmjmt\86056\wp\t=c\M I n806.1tcdoc
STATEMENT OF COMPLETION AND
FINAL ACCEPTANCE OF WORK OF
AIRPORT PROJECTS
Contract # 4930
Project # AIP-IOW(28)-9I-52
Airport Name Iowa City Municipal Airport
Airport Sponsor Iowa City Airport Commission
Type of Project Airport Improvement Proiect
(General Aviation Vertical Infrastructure or Airport Improvement Project)
Description of Project
Proiect involved reconstruction of the taxilanes in the north T-Hangar area at the Iowa City
Municipal Airport. Proiect included removal of the existing asphalt surface installation of storm
sewer along one section of taxilane, regrading and compaction of the existing base rock and
placing a new asphalt pavement.
Project Complete and Recommended for Acceptance
Signature - rz o:a 3 • �! —
Project Engineer or Project Manager
�� ►r -rl�- 11.
Approved and Work Accepted on Behalf of the City/Aviation Authority/Airport Commission
Name:
Title:
Signature
Signature
Randall D. Hartwig
Sponsor Representative
Date:
Date:
Office of Aviation Program Manager
i
Engineering
Parking Lot
Change Order 1
Change Order 2
T-Hangar Taxilanes
Change Order 2
Funding Breakdown
Final Project Cost Summary
North Taxilanes and
Terminal Parking Lot
Rehabilitation
Iowa City Municipal Airport
Contract
$ 26,500.00
$ 14,789.50
$ 2,000.00 — Apron Repairs
$ 4,151.59 — Subgrade Repairs
Actual
$ 26,329.06
$ 748.40 — Adjust to Actual
Installed Quantities
Final Parking Lot $ 21,689.49
$ 159,283.67
$ 8,296.97— Subgrade Repairs
($ 2,569.92) - Adjust to Actual
Installed Quantities
Final Taxilanes $ 165,010.72
TOTAL PROJECT $ 212,979.27
IDOT Grant
Airport Budget — Line Item Parking Lot
CIP
Prepared by :
Q EarthTech
ATro Im[emational U Company
$ 128,110.96
$ 20,000.00
$ 64,868.31
TOTAL $ 212,979.27
December 7, 2006
City of Iowa City
MEMORANDUM
TO: Airport Commission
FROM: Susan Dulek, Assistant City Attorn
DATE: November 30, 2006
RE: Offer to Purchase Lot 5
The City Manager has accepted an offer to purchase Lot 5 in Aviation Commerce Park,
contingent on City Council approval. Enclosed please find copies of the following:
1. Offer to Purchase Real Estate and Acceptance;
2. Counteroffer; and
3. Exhibit B of the listing agreement among the City, the Commission, and Iowa
Realty.
IWI Motorparts/Faley Properties LLC has offered to buy Lot 5 for $420,000. The purchase
agreement is contingent upon a 90-day feasibility period (often referred to as "due diligence"
by realtors, during which the buyer can determine if it can use the lot as it intends), possibly
giving notice to terminate the month -to -month lease with the school district, and the City
rezoning the property to CI-1. Closing is to occur within 120 days of Council approval.
As can be seen from Exhibit B, the Commission needs to make a recommendation to
Council whether or not the offer should be accepted. At the Commission meeting, the
recommendation can be done by a motion either to accept or reject the offer. Conveying
property requires two Council meetings, and I believe that Council will set a public hearing
on this matter at its December 12 meeting and that the public hearing will be on January 9,
2007. As a result, I do not anticipate Council taking action on the offer itself until January 9.
Enc.
Copy to:
Michael Tharp-w/enc.
Purchase and Sale Agreement
Pagel
OFFER TO PURCHASE REAL ESTATE AND ACCEPTANCE
(PURCHASE AND SALE AGREEMENT)
TO: City of Iowa City, an Iowa municipal corporation (hereinafter "City').
IWI Motorparts (hereinafter "Buyer"), hereby offers to buy all the City's right, title and interest in the real
estate legally described as follows:
Lot 5 (approximately 137,904 so of North Airport Development, Iowa City, Iowa, according to
the plat thereof recorded at Plat Book 43, Page 182 with the Johnson County, Iowa Recorder
(legal description to be approved by Buyer)
together with all the City's right, title and interest in all Improvements, if any, located on the above=
described real estate, and under any easement and servitudes for the benefit of the City, free and clear of
all liens, encumbrances, reservations, exceptions and modifications except for the Permitted Exceptions, as
defined below. The entirety of the above -described interests being conveyed shall hereinafter be referred to
as the "Property".
The Property shall be conveyed with good, clear, merchantable title, subject to the following "Permitted
Exceptions":
1. Zoning and building laws and ordinances;
2. Subject to covenants, restrictions, reservations and easements of record approved by Buyer.
In consideration of the covenants and obligations contained herein, the parties agree as follows:
1. PURCHASE PRICE. The purchase price shall be $399,921.00 (the "Purchase Price"), paid as
follows: $5,000 with this offer to be deposited upon acceptance of this offer, in the trust account of
Iowa Really Commercial, delivered to the City at the time of closing and transfer of possession, if
any, and the balance payable in full at the time of closing and transfer of possession.
2. ABSTRACT AND TITLE. City shall promptly deliver to the Buyer for examination an abstract of title
for the Property, continued to a date subsequent to the date of this Offer, prepared pursuant to Iowa
Code Sections 614.29 through 614.38, Iowa Land Title Association Abstracting Standards, and Iowa
Land Title Examination Standards of the Iowa State Bar Association. The abstract shall begin with
the government patent to the Property and show merchantable title in City, subject only to Permitted
Exceptions. The cost of the continuance of an existing abstract shall be paid by the City. The City
shall pay all costs required to deliver marketable title to the Property and City shall pay the cost of
any additional abstracting and/or
Purchase and Sale Agreement
Page 2
title work due to acts or omissions of City, including transfers or death of City or assigns. The
abstract shall become the property of the Buyer when the Purchase Price Is paid in full.
3. DEED. At the time of closing and upon payment of the Purchase Price, City shall convey the Property
to Buyer by Warranty Deed, free and clear of all liens, restrictions, and encumbrances.
4. POSSESSION AND CLOSING. Subject to the Buyers and City's timely performance of all obligations
herein, closing shall be held at a time mutually agreed upon by City and Buyer, no later than three
hundred thirty (330) days after formal approval of the agreement by the City Council of Iowa City
pursuant to paragraph 16 of this agreement (the "Closing Date"). On and after the Closing Date and
upon payment of the Purchase Price, the Buyer shall be entitled to immediate possession of the
Property and to receipt of all rents and profits from the Property due thereafter, if any.
5. CONDITION OF THE PROPERTY. Buyer will purchase the Real Estate and improvements thereon
in their present condition with no warranties or representations from City regarding the condition of
the property or improvements thereon. Within ninety (90) days of format approval of this agreement
by the City Council for City pursuant to paragraph 16 of this agreement, the Buyer, at its expense,
shall have the right to conduct such investigations, inspections and inventories of the Property and
conditions related to the Property, including but not limited to surveys, soil tests, well water tests
and/or reports, environmental studies, review of zoning and/or other applicable legal regulations
and costs of development, as it deems reasonable or necessary prior to closing. The City hereby
grants the Buyer, its officers, agents, employees and independent contractors, the right to enter
upon the Property at reasonable times upon reasonable notice, oral or written, from time to time
after the date of this Offer for the purposes of investigating, inspecting and performing inventories
of the Property and to determine if there are any environmental deficiencies, including hazardous
materials, substances, conditions, or waste. Buyer shall indemnify and hold harmless City from and
against any and'all expenses, claims, or.losses arising from or in connection with any activities of
Buyer, its officers, agents, employees, or contractors on the Property prior to the Closing Date,
including without limitation, any attorney's fees or court costs occasioned by such claims. Buyer
shall be deemed to have approved of any such investigations, inspections and inventories unless
written notice is delivered to City within ninety (90) days of formal approval of this agreement by the
City Council for City pursuant to paragraph 16 of this agreement. In the event of disapproval of any
such investigations, inspections and inventories, Buyer may terminate this agreement and all
payments made shall be returned to Buyer.
G. STATUS QUO MAINTAINED. The Property shall be preserved in its present condition and City shall
deliver it intact at the time possession to the Buyer is given. All risk of loss or damage to the
Property is on City until the Buyer takes possession. Prior to possession by the Buyer, City shall
promptly give written notice to the Buyer of any loss or damage to the Property. In the event of loss,
damage or destruction of all or part of the Property, the Buyer shall have the option to terminate
this Agreement. effective immediately. However, in the case of loss, damage or destruction of all or
part of the Property from causes covered by insurance, the Buyer shall have the option to either. (1)
take possession of the Property and accept an assignment of all City's right, title and interest in and
to any claims City has under the insurance policies covering the Property; or (2) terminate this
Agreement effective immediately. Buyer shall be permitted to make a walk through inspection of the
property prior to possession and closing, in order to determine that there has been no material
change in the condition of the property except those mutually agreed upon.
Purchase and Sale Agreement
Page 3
7. TAXES. City shall pay a pro-rata share of any taxes on the Property (real and personal) for the fiscal
year (July 1 - June 30) of Closing based on the Closing Date, and all unpaid taxes for prior years.
The amount shall be calculated based upon the assessed valuation, legislative tax rollback, and real
estate tax exemptions that will actually be applicable to and used for the•calculation of taxes payable
in the fiscal year commencing July 1, 2006. If, at the time of closing the tax rate is not certified, then
the most current, certified tax rate shall be used.
8. REMEDIES OF THE PARTIES, in the event of default hereunder, Buyer and City is entitled to utilize
any and all remedies or actions at law or in equity available to them with respect to this agreement
and shall be entitled to obtain judgment for costs and attorney fees as permitted by law.
9. SPECIAL ASSESSMENTS. City shall pay in full all special assessments on the Property which have
been certified to the Johnson County Treasurer for collection before the Closing Date.
10. TIME IS OF THE ESSENCE. Time is of the essence of this agreement.
11. CONTRACTS BINDING ON SUCCESSORS IN INTEREST. The document shall apply to and bind
the heirs, executors, administrators, partners, assigns, and successors in interest of the respective
parties.
12. INTENTION OF USE OF WORDS AND PHRASES. Words and phrases contained herein, including
the acknowledgement clause, shall be construed as in the singular and plural number, and as
masculine, feminine or neuter gender, according to the context.
13. PARAGRAPH HEADINGS. The paragraph headings contained herein are for convenience in
reference and are not intended to define or limit the scope of any provision of this document.
14. AGENCY DISCLOSURE. City is represented in this transaction by real estate agent Harry Wolf of
NAI Iowa Realty Commercial. Buyer is represented in this transaction by real estate agent Sam
Hanna of Prudential Partners Real Estate.
15. NOTICE. Any notice required under this agreement shall be deemed perfected when it is received
in writing either by personal delivery or upon the date of the posting of said notice posted by Certified
Mail. Such notices to City shall be sent or delivered to City of Iowa City, Attn. City Manager, 410 E.
Washington St., Iowa City, Iowa, 52240. Such notices to Buyer shall be sent or delivered to
IWI Motorparts 155 N. Crescent RDG, Dubuque, Iowa. 52003.
16. IOWA CITY COUNCIL APPROVAL. City's obligations under this agreement are contingent upon
formal approval by the City Council for Iowa City, pursuant to Section 364.7 of the Code of Iowa.
City shall seek said approval promptly after acceptance of execution of this agreement by the City
Manager on behalf of the City.
Purchase and Sale Agreement
Page 4
17. DUE DILLIGENCE & ZONING NOTIFICATION. After formal City Council approval. Buyer has 30
Days Due Diligence without exception to determine the feasibility of intended use. If at any point
within the 30 days buyer determines property is not feasible, Buyer may withdraw offer. The City
hereby notifies buyer that property is currently zoned CC2. Any use not permitted in CC2 would be
subject to review & approval by the City. Buyer recognizes Lot 5 is in flood plane and that fill might
be needed to bring building above Flood plane.
18. TIME FOR ACCEPTANCE. If this offer is not accepted by the City Manager on behalf of the City
on or before 12:00 P.M. on Friday, November 3rd, 2006, it shall become void and all payments
shall be returned to Buyer.
This Offer is presented to the City on this U 2006.
Accepted this � r/day of Ord_ 2006.
BUYER:
BY: ecOy J O rc, (Q/_
This offer is accepted this day of , at (A.M. / P.M.)
CITY OF IOWA CITY, IOWA
BY:
Stephen J. Atkins, City Manager
MOV-27-2006 NON 01:32 PM IWI MOTOR PARTS FAX NO. 563 556 5756 P. 01
COUNTER OFFER
To: City of Iowa City
Faley Properties, 'LLC (Hereinafter "Buyer") hereby accepts the attached Offer to
Purchase Real Estate and Acceptance (Purchase and Sale Agreement) executed by Faley
Properties, LLC on October 24, 2006, Buyer agrees to the following modifications in said
contract:
1. The Purchase Price of"399,921.00" in paragraph l of said contract is replaced
with the purchase Price of $420,000.00".
2. The Closing Date of "no later than three hundred thirty (330) days after formal
approval of the agreement by the City Council of Iowa City" in paragraph 4 of
said contract is replaced with the Closing Date of "no later than one hundred
twenty (120) days after formal approval of the agreement by the City Council of
Iowa City"
3. Buyer recognizes Lot 5 is currently below flood plane and agrees to take Lot 5 in
existing condition.
4. If this Counter Offer is not accepted by Seller on or before the 28ffi Day of
November, 2006, at 5:00 o'clock P.M., it shall become void and all payments
shall be returned to Buyer.
5. Seller may be required to give 30 day notice to current tenant/occttpant of
property and deliver property free & clear of all lease obligations.
6. Offer is contingent upon City of Iowa City rezoning said property to CI-1.
7. Seller must provide plat and all comers of lot must be marked with survey pins.
Dated this day of November, 2006
Buyer Faley Properties, LLC
1.;y:
Teddy �F—t� er, (1`itle)
This Counter Offer is accepted this 1— day of
CITY OF IOWA CITY, TOWA
BY: _'/���j/� --
Stephen .Atkin_ ity Manager
NOV 27,2006 15:45 563 556 5756 Page 1
EXHIBIT B
Aviation Commerce Park
Lot Sale Procedures
After Purchase Offer has been received by Agent:
Agent delivers copy of Offer to City Manager and Airport Manager.
2. Agent works with Airport and City Manager on negotiating favorable terms
and conditions, including but not limited to Counter -Offers.
3. Agent forwards copy of final terms and conditions to City Manager and
Airport Manager.
4. City Manager may accept offer contingent upon approval by City Council.
5. Agent presents Offer, whether or not accepted by City Manager, to
Commission for its recommendations.
Commission makes recommendation to Owner.
If Owner disagrees with Commission's recommendation, Commission and
Owner shall, within a reasonable period of time, meet and discuss said
offer prior to Owner's final action, but Owner retains sole right to accept or
reject offer.
8. Owner votes on whether to accept offer.
Prepared by: Susan Dulek, Asst. City Attorney, 410 E. Washington Street, Iowa City, IA 52240 (319) 356-5030
RESOLUTION NO.
RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN AND
THE SECRETARY TO ATTEST TO AN AMENDMENT TO THE
AGREEMENT WITH IOWA REALTY COMMERCIAL TO SELL AND/OR
LEASE PROPERTY IN THE AVIATION COMMERCE PARK THAT
EXTENDS THE TERM AND CHANGES THE PRICING MODEL.
WHEREAS, the Iowa City Airport Commission, the Iowa City City Council, and NAI Iowa
Realty Commercial have entered into a listing agreement ("Listing Agreement") to sell
and lease the property known as the Aviation Commerce Park;
WHEREAS, the parties subsequently extended the Listing Agreement four (4) times and
the last extension will expire on January 22, 2007;
WHEREAS, it is in the best interest of the Commission to approve the attached Sixth
Amendment to Listing Agreement, which will extend the term by one year, will correct
the description of the Property being marketed, and will amend the Pricing Model.
NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION
THAT:
The Chairperson is authorized to sign and the Secretary to attest to the attached Sixth
Amendment to Listing Agreement.
Passed and approved this day of
ATTEST:
SECRETARY
2006.
CHAIRPERSON
Approved by
City Attorney's Office
It was moved by and seconded by
Resolution be adopted, and upon roll call there were:
AYES:
NAYS:
ABSENT:
Farris
Hartwig
Horan
Rettig
Staley
the
SIXTH AMENDMENT TO LISTING AGREEMENT
WHEREAS, in Resolution No. 04-120, the City Council approved a listing agreement ("Listing
Agreement") among the Airport Commission, the City Council, and NAI Iowa Realty Commercial
to sell and lease the property known as the Aviation Commerce Park subdivision;
WHEREAS, in Resolution No. 04-202, the City Council approved a six (6) month extension of
the Listing Agreement, and the parties subsequently entered into an Amendment to the Listing
Agreement;
WHEREAS, in Resolution No. 5-36, the City Council approved a second, six (6) month
extension of the Listing Agreement, and the parties subsequently entered into the Second
Amendment to the Listing Agreement;
WHEREAS, in Resolution No. 5-248, the City Council approved a third, six (6) month extension
of the Listing Agreement, and the parties subsequently entered into the Third Amendment to the
Listing Agreement;
WHEREAS, in Resolution No. 5-316, the City Council approved an amendment to the Listing
Agreement with respect to the pricing model, and the parties subsequently entered into the
Fourth Amendment to the Listing Agreement;
WHEREAS, in Resolution No. 6-14, the City Council approved an amendment to the Listing
Agreement with respect to the pricing model, and the parties subsequently entered into the Fifth
Amendment to the Listing Agreement that expires on January 22, 2007;
WHEREAS, NAI Iowa Realty Commercial acknowledges that Harry Wolf will be its lead broker
should the Listing Agreement be extended;
WHEREAS, the parties wish to amend the description of the Property to reflect the resubdivision
of lots 1-4 that occurred in 2003, and they also wish to amend the Pricing Model;
WHEREAS, Paragraph 13 of the Listing Agreement provides that it may be amended by written
agreement of the parties; and
IT IS THEREFORE AGREED that:
Paragraph 5 of the Listing Agreement is deleted in its entirety and the following new Paragraph
5 is substituted in lieu thereof:
5. TERM. The term of this Agreement and Agent's employment, right and authority
shall expire on January 22, 2008.
Exhibits D and E are deleted in their entirety, and new Exhibits D and E, which are attached and
incorporated herein, are substituted in lieu thereof.
All other terms of the Listing Agreement shall remain in full force and effect
NAI IOWA REALTY COMMERCIAL
Harry R. Wolf
Regional Director
THE IOWA CITY AIRPORT COMMISSION
Randall D. Hartwig, Chairperson
Attest:
Secretary
THE CITY OF IOWA CITY
Marian K. Karr, City Clerk
STATE OF IOWA )
) ss:
JOHNSON COUNTY )
Date
Date
Date
Ross Wilburn, Mayor
CITY ACKNOWLEDGMENT
On this day of , 2007, before me, the undersigned, a
notary public in and for the State of Iowa, personally appeared Ross Wilburn and Marian K. Karr,
to me personally known, who being by me duly sworn, did say that they are the Mayor and City
Clerk, respectively, of said municipal corporation executing the within and foregoing instrument;
that the seal affixed thereto is the seal of said municipal corporation; that said instrument was
signed and sealed on behalf of said municipal corporation by authority of its City Council; and that
the said Mayor and City Clerk as such officers acknowledged that the execution of said instrument
to be the voluntary act and deed of said corporation, by it and by them voluntarily executed.
Notary Public in and for the State of Iowa
Approved by
�93 id°� -off
City Attorney's Office
,!. 1-" Final Plat
Xcrt4 Airport �purlopment—Vart �w
= I-10 mm Mu...
Iowa City, Iowa
-471� -4 jjH =-F-44 Ljj-jT -T
'17 MW ,11blK
: a
2 7
2
mer
ii /2 ......
LEGEND AND NOTES
A.
Q-AGo" 1A
I
A.
Q-AGo" 1A
I
EXHIBIT "E"
AVIATION COMMERCE PARK
Pricing Model
Lots Size/SF Purchase
Price
1 - 17 1,620,701 $5,800,000
The above pricing is valid as of 200 .
Pricing is subject to review and adjustment at Commission/Owner's discretion.
AIRPORT MANAGEMENT AGREEMENT DRAFT
THIS AGREEMENT made and entered into by and between the Iowa City Airport Commission
(Commission) and Jet Air, Inc. (Jet Air) in Iowa City, Iowa.
WHEREAS, the City of Iowa City (City) owns the Iowa City Municipal Airport (Airport) and
whereas the Commission is authorized to manage and operate the Airport and where Jet Air is the current
FBO at the Airport and whereas the Commission desires to contract with Jet Air to assist the Operations
Specialist and grant authorities to Jet Air for the operation of the Iowa City Municipal Airport.
that:
NOW THEREFORE, it is hereby understood and agreed between the Commission and Jet Air
Management. Jet Air will assist the Operations Specialist for the period of time as
herein specified. Jet Air shall identify a responsible person, acceptable to the
Commission, as company representative at the Airport.
As defined in this Agreement, "Commission" shall mean the Iowa City Airport
Commission Members appointed by the Iowa City, City Council. It is understood and
agreed that Jet Air Shall be under the general supervision of the Iowa City Airport
Commission Chairperson or his/her designee.
2. Term. Except as otherwise provided herein, the term of this Agreement shall be from
January 1, 2007 until . Thereafter this Agreement shall automatically
be renewed on a month -to -month basis. Either party may propose renegotiation of this
Agreement in writing at anytime. This item(s) to be renegotiated may be effective either
during the term of this Agreement or beyond the term of this Agreement. All
renegotiated items must be agreed to by both parties. The commission shall not be
obligated to pursue negotiations solely with Jet Air. This Agreement is not assignable to
any third party.
3. Termination. Either party may terminate without cause this Agreement with 30 (thirty)
days written notice or as mutually agreed to by the parties. This Agreement shall
automatically terminate if a "Fixed Base Operator's Agreement" between the parties is
terminated by default or allowed to expire.
4. Duties. That the duties of Jet Air shall include, but not be limited to the following:
A. To actively promote the advancement of safety of aviation at the Airport
B. Notify the Operations Specialist of the violation of any and all rules, regulations,
safety policies, or ordinances of the Commission, City, and/or the State of Iowa
and/or the United States Government of which it has knowledge;
C. Jet Air will report and be responsible to the Commission Chairperson. Periodic
reports will be made to the Commission when requested. Minimum information to
be covered are; use and operation statistics, recommendations for improvements and
other relevant information as may be from time to time required.
D. Notify the Operations Specialist of any malfunctioning safety or communication
equipment owned by the City and located at the airport.
E. To issue Notices to Airmen, or to close the airport when, in the judgment of Jet Air,
said closing is necessary for safety reasons. Jet Air will notify the Commission
Chairperson in as reasonable timetiame upon decision to close the Airport.
F. Jet Air shall assist, when necessary, in the maintenance and operational activity at
the Iowa City Municipal Airport including mowing, snow removal as provided in
Paragraph 5 below, equipment maintenance, structure maintenance, runway lights,
and other normal maintenance and operational tasks consistent with accepted airport
maintenance and operational standards. The Commission will provide the necessary
equipment needed to perform the services specified in Paragraph 4 herein, including
all parts and supplies necessary for "minor" repairs to structures and equipment.
G. To facilitate the use of the meeting room on the top floor of the Airport Terminal
consistent with the rules adopted by the Commission.
H. Jet Air shall adhere to Commission purchase requisition and purchase order system.
5. Equipment. The Commission shall provide the following City equipment for Jet Air's use in
pursuing these maintenance tasks:
A. Pickup truck with blade
B. Tractor with following attachments: blade, loader, mower
C. Skid Loader
D. Snow Fence
E. Hand and Riding Mowers
F. Fuel and parts for the above
Jet Air shall not use the equipment listed above until the Commission trains Jet Air
employees, who shall be designated by Jet Air, on the use and operation of said
equipment. With regard to snow removal, Jet Air shall not plow or remove any snow on
the "air side" of the airport, defined as the runways and approaches. The Commission
shall consult with Jet Air on a regular basis as specific equipment needs arise. The
Commission shall provide for maintenance of this equipment, except for minor repairs as
above stated.
6. Maintenance. Jet Air shall not knowingly destroy or otherwise injure any City equipment
assigned for its use, and will assign only qualified employees to operate the equipment
7. Fee. As compensation for such services rendered by Jet Air, the Commission shall pay jet Air
a monthly fee in the amount of $750 beginning . Payments for the fast month
will be due within 15 (fifteen) days following the execution of this Agreement, and all
succeeding payments are due on the first day of each month.
8. Nondiscrimination. Jet Air for itself, its heirs, personal representatives, and successors in
interest, as a part of the consideration hereof, does hereby covenant and agree that Jet Air
shall use the premises in compliance with all other requirements imposed by or pursuant to 49
CFR 21, Nondiscrimination in Federally Assisted Program of the Department of
Transportation, and as said regulations may be amended.
Jet Air shall not discriminate against any person in employment or public accommodation
because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation,
mental or physical disability, marital status, or classifying , promoting, or referring to
employment. "Public accommodation" shall include but not be limited to providing goods,
services, facilities, privileges and advantages to the public.
9. Landing Area — General Aviation Provisions. The Commission reserves the right, but shall
not be obligated to Jet Air to maintain and keep in repair the landing area of the Airport and
all the publicly owned facilities of the Airport, together with the right to direct and control all
activities of Jet Air in this regard.
The Commission reserves the right to further develop or improve the landing area and all
publicly owned air navigation facilities of the Airport as it sees fit, regardless of desires or
views of Jet Air and without interference or hindrance.
The Commission reserves the right to take any action it considers necessary to protect the
aerial approaches of the Airport against obstructions, together with the right to prevent jet Air
from erecting, or permitting to be erected, a building or other structure on the Airport.
The Commission shall have the right to enter in an agreement with the United States
Government or the State of Iowa for military aircraft or naval use of part or all the landing
areas, the publicly owned air navigation facilities and/or other areas or facilities of the airport.
If any such agreement is executed, the provisions of this Agreement, insofar as they are
inconsistent with the provision of the agreement with the government, shall be suspended.
10. Indemnification. Except for liability arising out of gross negligence or intentional willful
misconduct, the Commission shall release, acquit, and forever discharge Jet Air, its officers,
agents, and employees from all liability arising out of or connected with the use of City
equipment or Jet Air personnel while performing the duties related to this Agreement. The
Commission further agrees to indemnify, defend, and hold harmless Jet Air, its officers,
agents, and employees against any and all claims, of whatever description, arising out of or
connected with such use of City equipment or performance of duties related to this
Agreement, except for liability arising out of gross negligence or intentional willful
misconduct.
11. Insurance. Jet Air shall at its own expense procure and maintain general liability and casualty
insurance m a company or companies authorized to do business in the State of Iowa, in the
following amounts:
Comprehensive General (or Premises) Liability - $1,000,000 per occurrence and $2,000,000
aggregate.
Jet Air's insurance carrier shall be A rated or better by AM Best. Jet Air shall name the
Commission and the City of Iowa City, as additional insured. Jet Air shall famish the
Commission with a certificate of Insurance effecting coverage required by this agreement, and
said certification shall provide for thirty (30) days notice of any material change or
cancellation of the policy.
Jet Air shall provide its employees with workers compensation coverage as required by Iowa
law.
12. FAA. This Agreement shall be subordinate to the provisions of any existing or future
agreement between the Commission and the United States relative to the operation or
maintenance of the Airport, the execution of which has been, or may be required as a
condition precedent to the expenditure of federal funds for the development of said Airport.
IN WITNESS WIIEREOF, the parties hereto have hereunto affixed their signatures this
day of 2006.
Iowa City Airport Commission
Chairman
Date
Approved By:
City Attorney's Office Date
Jet Air, Inc.
Date
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045
RESOLUTION NO.
RESOLUTION ADOPTING PARKING POLICY.
WHEREAS, the Iowa City Airport Commission wishes to adopt a parking policy for vehicles
located at the Iowa City Municipal Airport; and
WHEREAS, the Iowa City Municipal Parking Policy is reasonable and should be adopted by the
Commission.
NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT:
The Iowa City Municipal Parking Policy is adopted, a copy of which is attached.
Passed and approved this day of .2006.
CHAIRPERSON
ATTEST:
SECRETARY
It was moved by and seconded by
adopted, and upon roll call there were:
Ayes
Nays
Approved by
City Attorney's Office
Absent
the Resolution be
Farris
Hartwig
Horan
Rettig
Staley
IOWA CITY MUNICIPAL AIRPORT
VEHICLE PARKING POLICY
DEFINITIONS:
VEHICLE: Any device in, upon or by which a person or property is or may be
transported or drawn upon a highway or street, excepting devices moved by
human power or used exclusively upon stationary rails or tracks, and shall
include, but not be limited to, motor vehicle, automobile, truck, trailer, motorcycle,
tractor, buggy, wagon or any combination thereof, whether or not licensed for the
current year. (1978 Code §24-102; amd. 1994 Code; Ord. 00-3954, 12-19-2000;
Ord. 01-3963, 4-3-2001)
INOPERABLE/OBSOLETE VEHICLE: Any device in, upon or by which a person
or property is or maybe transported or drawn upon a highway or street,
excepting devices moved by human power or used exclusively upon stationary
rails or tracks, and shall include, but not be limited to, motor vehicle, automobile,
truck, trailer, motorcycle, tractor, buggy, wagon or any combination thereof, and
not licensed for the current year as required by law and/or which exhibits any one
of the following characteristics:
A. Any vehicle or part of a vehicle with a broken windshield or any other
broken glass.
B. Any vehicle or part of a vehicle with a broken or loose fender, door,
bumper, hood, wheel, steering wheel, trunk top or tailpipe.
C. Any vehicle lacking an engine or one or more wheels or other structural
parts which renders such vehicle totally inoperable.
D. Any vehicle or part of a vehicle which is a habitat for rats, mice or snakes
or any other vermin or insects.
E. Any vehicle or part of a vehicle which, because of its defective or obsolete
condition, constitutes a threat to the public health and safety.
F. Any vehicle that is not capable of moving in both forward and reverse
gears.
SHORT TERM — Any period lasting not longer than 14 days
LONG TERM — Any period lasting 14 or more days
TRANSIENT LONG TERM — Vehicles located at the airport for the purposes of
transporting frequent aircraft passengers to and from the Iowa City Municipal
Airport
Parking at the Iowa City Municipal Airport will be restricted to Airport Users,
Guests, and members of the public using facilities located at the Iowa City
Municipal Airport.
The Iowa City Airport has 3 areas surrounding the Terminal Building which have
parking spaces marked. These areas are separated into 3 categories: Long-
term, Short-term, and FBO / Staff. Proximity to each other results in the
capabilities of overflow from one area being contained in either of the other lots.
See attached map for layout
The following are the fees and requirements to park vehicles at the Iowa City
Municipal Airport:
Short Term:
Long Term:
Vehicles parked in designate short term area. No fee
Parking 14 days or more requires check -in with Airport or FBO
personnel, which will included Vehicle License plate number,
Owners Name, Contact Number. A fee of $20 per month payable
at the time of check -in will be required.
Transient Long Term:
Vehicles stored at the airport for purposes of transporting frequent
visitors shall be registered with Airport or FBO personnel.
Registration shall include License Plate Number, Name of Vehicle
Owner, Primary Contact, Address, and Spare Keys to move the
vehicle for Snow Removal or Construction. A Parking placard will
be purchased for the fee of $200 and shall be good for 1 year. This
parking placard will be valid based on the Calendar Year and the 15t
Year will be prorated based on purchase date. Vehicles will be
parked in the Long Term Lot. Parking will be in designated spaces
as depicted by parking signs.
The Airport reserves the right to tow, at the owner's expense, any vehicles
parked in violation of this policy.
South Riverside Drive
B1
KI
a
■
�IIIIUf64l5V BIIB Bldg -D
■ � ° O �lSUlll ll
rx-
Bldg I{
Bldg I
r
D '
Bldg G Rldg J
Bldo F Bldg K
Parking Area Layout
,AA'�
1
i
LONGOTERM
RESTRICTED
I! I PARKING
PARKING i
i
1
4
F
KINGREGISTER
R THAN INSIDE
YS SEE
IDE TERMINAL
AL BLDG. t f BUILDING
PARKING
AIRPORT
i
i
PARKING
POLICY IN
EFFECT
Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Or, Iowa City IA 52246 319-350-5045
RESOLUTION NO.
RESOLUTION ACCEPTING A PROPOSAL FROM MIDWEST JANITORIAL
SERVICE, INC FOR CLEANING AND JANITORIAL SERVICES AT THE IOWA
CITY MUNICIPAL AIRPORT
WHEREAS, A Request for Proposals was issued by the Iowa City Municipal Airport for Cleaning
and Janitorial Services for the Iowa City Municipal Airport; and
WHEREAS, the proposal, a copy of which is attached, submitted by Midwest Janitorial Service,
Inc. was found to be acceptable.
NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT:
1. The Proposal submitted by Midwest Janitorial Service, Inc. is accepted.
2. The Chairperson is hereby authorized to sign and the Secretary to attest the purchase
order for the above mentioned services.
Passed and approved this day of 12006.
CHAIRPERSON
ATTEST:
SECRETARY
It was moved by
adopted, and upon roll call there were:
Ayes
and seconded by
Nays
Approved by
City Attorney's Office
Absent
the Resolution be
Farris
Hartwig
Horan
Rettig
Staley
r
RFP #07-31, Page 1 of 28r�,--,moo?
rr.iw�
CITY OF IOWA CITY
410 EaM Warhlnylo. Slr[Cl
Iowa City, Iowa 52240 1926
0191 356.5000
(3I9) 3S64009 VAX
... Asor.nr6
Request for Proposal #07-31
The City of Iowa City intends to enter into a contract for janitorial services for the Iowa City Municipal
Airport.
A Pre -Submission Conference will be held at the Iowa City Municipal Airport, 1801 S Riverside Dr.,
Iowa City, IA. The conference will be held on October 18, 2006 at 10:00 An Central Time. All
interested Proposers must attend the Pre -Submission Conference in order to be considered for this
award. The Pre -Submission Conference will provide each contractor with an opportunity to discuss the
City's requirements, to discuss the specifications related to the project, and to ask questions that pertain to
this Request for Proposal.
Please review the following Request for Proposal before attending the Pre -Submission Conference.
RFP #07-31, Page 2 of 28 1 r 1
°'pit
DATE: October 10, 2006 �'m`
CITY OF IOWA CITY
410 East Washington 54c0
Ima REOUESTFOR PROPOSAL: (3193 3s6-City. s2240-18:6
n oon
(319) 356-5009 FAX
#07-31, JANITORIAL SERVICES FOR THE IOWA CITY MUNICIPAL AIRPORT 1cs°v ors
NOTICE TO PROPOSERS: Sealed Proposals will be received at the Office of the City Clerk, until the
time and date specified below, for:
JANITORIAL SERVICES FOR THE IOWA CITY MUNICIPAL AIRPORT
ADDRESS PROPOSALS TO: Attention of the City Clerk's Office, City Hall, 410 E. Washington St.,
Iowa City, IA 52240-1826. Proposals shall be sealed and clearly marked on the front "Request
for Proposal for Janitorial Services for the Iowa City Municipal Airport, RFP #07-31."
FAXED Proposals will not be accepted.
PROPOSALS ARE DUE NO LATER THAN: 2:30 p.m., November 2, 2006. Bidders shall submit
three (3) copies of their proposal.
The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery
system of the City, or any other means of delivery employed by the bidder. Similarly, the City is not
responsible for, and will not open, any proposal responses which are received later than the date and time
stated above.
BONDS AND INSURANCE: Insurance is required for this proiect, as specified in Section IV. —B
No bid security or performance bond is required.
QUESTIONS: All questions and clarifications regarding this Request for Proposal can be answered by
calling or e-mailing the following representatives no later than October 26, 2006:
Detailed Specifications:
Mike Tharp
Operations Specialist
michae1-tharp@iowa-citv.ora
(319)356-5045
M-R, 10:00 a.m. — 3:00 p.m.
Purchasing:
June Nasby
Buyer IT
june-nsby@iowa-city.org
(319)356-5076
M-F, 8:00 a.m. — 5:00 p.m.
Section I. Vendor Checklist
Section II. Specific Conditions and Instructions to this Proposal
Section III. Cleaning Specifications
Section IV. General Conditions and Instructions to Proposers
Section V. Questions
Section VI. References
Section VII. Pricing & Company Information Form
RFP #07-31, Page 3 of 28
SECTION I. VENDOR CHECKLIST
DOCUMENTS REQUIRED TO BE SUBMITTED WITH THIS PROPOSAL
(Please review the following checklist to make sure the documents are included in all three (3)
copies of your proposal)
A summarized letter of the vendor's proposal on the vendor's letterhead
stationary. The letter must be signed by an officer of the vendor or a designated
agent empowered to bind the firm in the contract offer. Acceptance or exception
to our terms must be noted in the letter.
A completed Questions form (Section V).
A minimum of three (3) comparable references from companies or agencies of
current work being performed with similar cleaning requirements. Include the
company or agency's name and address, the name, title, phone number of each
reference, and the number of years cleaning for that company or agency.
References from other City of Iowa City employees will not be accepted
(Section VI).
A completed and signed Pricing and Company Information Form (Section VII).
The City is not responsible for the vendor's failure to provide information and
pricing on required items. In this instance the prices submitted will prevail as the
proposal price for all required equipment, materials, labor, travel, delivery and
shipping fees.
In order to determine a bidders qualifications, each bidder shall furnish a
narrative statement listing comparable contracts which they have performed
during the last two (2) years, together with a general history of their operating
organization.
Include a complete plan for the performance of work.
RFP #07-31, Page 4 of 28
SECTION II. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL
A. SCOPE OF WORK:
The City of Iowa City is requesting proposals for janitorial services at the Iowa City Municipal
Airport.
The work consists of providing janitorial services inclusive of labor, equipment, materials, and
supplies to clean the facilities in accordance with the tasks and frequencies for the performance of the
projected work. Areas that will be included are: lobby area, two (2) restrooms, vending area, flight
service room, second floor meeting room, elevator, and airport manager's office.
The Contractor shall thoroughly complete each task in a professional, workmanlike manner, and shall
use quality equipment and materials that comply with all current regulations. The safety of workers,
passersby, and the public shall be paramount.
B. PERIOD OF CONTRACT:
I. The initial term of this contract shall be for one (1) year. No price escalation will be allowed
during the original term of this contract. The City and the vendor may renew the original
contract for four (4) additional one-year time periods by mutual agreement.
2. Notice of intent to renew will be given to the contractor in writing ninety (90) calendar days
prior to expiration date of the current contract. This notice will not be deemed to commit the
City of Iowa City to a contract renewal.
3. Requests for proposed price changes after the initial term of the contract must be submitted in
writing to the Purchasing Agent sixty (60) days prior to contract start date. Documentation for
price increases shall include, but not be limited to, actual material invoices, copies of
commercial price lists, provision of appropriate price indices, etc., which reflect said increases.
The City reserves the right to accept or reject price increases, to negotiate more favorable terms,
or to terminate without cost, the future performance of the contract.
C. VENDOR QUALIFICATIONS:
1. Bidders must demonstrate they have the resources and capability to provide janitorial service
with in-house staff as described herein.
2. Bidders must demonstrate they have been in business providing similar service for at least the
last three (3) years.
3. Proposals will be considered only from responsible organizations or individuals now or recently
engaged in the performance of building janitorial service contracts comparable to those
described herein.
D. CONTRACT SPECIFICATIONS AND REQUIREMENTS:
1. The Contractor shall provide all labor, materials, and equipment necessary for cleaning services,
except as otherwise specified hereinafter. Tasks shall be performed with nothing but the highest
of standards at no less than the frequencies set forth herein.
2. All services provided, and materials used, shall be in accordance with acceptable industry
standards. Products used shall be environmentally safe, used in accordance with product
directions and be subject to approval by the City Representative(s). The Contractor shall provide
material safety data sheets (MSDS) for all products to the City Representative(s).
3. The Contractor shall be responsible for ensuring that all reasonable precautions are taken to
protect furnishings, fixtures, equipment, computers, telephones, copying machines, flooring,
window coverings, carpeting, fax machines, telecommunications and electrical equipment and
cables, and all other physical objects in facilities being cleaned. Upon verification by the City
Representative(s) of causes and costs of damage, Contractor shall pay City for said damage.
RFP #07-31, Page 5 of 28
4. The Contractor shall furnish all supplies necessary for the performance of the contract, at no cost
to City, including all trash receptacles, trash receptacle liners, sanitary napkins, paper towels,
toilet paper, toilet seat covers, hand soap, and all related dispensers. Other supplies include but
are not limited to:
• Toilet paper shall be of 100% post consumer waste content, double ply such as Fort
Howard or approved equivalent.
• Paper towels shall be of 100% post consumer waste content, semi bleached, multi-
fold such as Fort Howard or approved equivalent.
• Paper toilet seat covers.
• Walk -off mats shall be provided at all exterior entrances to the building and in all
kitchen areas. Mats to be a minimum of 18 linear feet by 3 feet wide. Walk -off mats
to be provided by the Contractor at no additional cost. The mats are to be in "like
new" condition, all matching in style and color, and of a color compatible with the
building color scheme. Mats should be on a regular service/cleaning schedule to
maintain a clean appearance at all times. Minimum rotation shall be every two (2)
weeks.
• The Contractor shall provide sanitary napkins and tampons for existing dispenser
units. Contractor shall collect and keep the money. If dispensers become inoperable,
it is the Contractors' responsibility to notify the City Representative(s) of repairs or
replacement. Note: Dispensers shall be restocked nightly and napkin disposal
container shall be emptied and sanitized daily.
5. The Contractor is responsible for supplying all paper goods, soaps, cleaners, etc., currently in use
in the building bathrooms, kitchens, etc. or equivalent substitutions approved by the City
Representative(s).
6. The Contractor shall be responsible for refilling or restocking dispensers in accordance with the
Cleaning Specifications. The Contractor shall also ensure proper distribution and monitoring of
these materials/supplies so as to prevent waste, theft or other abuse.
7. The Contractor, as a component of the bid cost(s), shall provide all: chemicals, cleaning agents,
floor stripper, floor sealer and finish, carpet shampoo and spotting agents, furniture cleaner and
polish, chrome or other metal polish, graffiti remover, and other cleaning related supplies. All
cleaning agents, finishes, and polishes are subject to review and approval by the City
Representative(s).
8. The City Representative(s) shall identify and authorize the Contractor to use a designated area for
storage as needed. If the designated area is shared with the City, the Contractor shall clearly
identify materials and supplies belonging to the Contractor. The City shall provide, if possible
and available, a locked storage area.
9. All supplies provided by the Contractor shall be compatible with the existing dispensers.
10. All necessary cleaning equipment including power drive floor scrubbing machines, back pack
vacuum, high dusting equipment, waxing and polishing machines, industrial floor and upholstery
vacuum cleaners, and all necessary motor trucks, etc. needed for the performance of the work of
this contract shall be furnished by the Contractor. Such equipment shall be of the size and type
customarily used in work of this kind and no equipment shall be used which is harmful to the
buildings or their contents.
11. Electrical power (110) volts will be furnished by the City of Iowa City at existing power outlets
for the Contractor's use to operate such equipment as is necessary in the conduct of their work.
The Contractor shall be responsible for any damage caused to the electrical outlets and their
covers caused by the improper disconnection of equipment. Hot and cold water will also be made
available as necessary for cleaning.
RFP #07-31, Page 6 of 28
12. Adequate paper supplies and hand soap shall be stored in locked housekeeping closets.
Designated City Representative(s) will have keys to these closets in the event supplies become
short during the day and need replenishment.
13. The Contractor shall provide a method(s) to enable the City to contact a representative of the
Contractor, to take necessary action regarding inquiries, complaints and emergencies. The
Contractor shall reply to the City within one (1) hour after it is contacted by the City.
14. The Contractor shall verify that all floor finishes, seals, spray buff solutions and other such
chemicals applied to non -carpeted floors provide adequate protection against slippery floors. Any
observed instances of slippery or slick floors shall be corrected immediately upon discovery.
15. The Contractor shall use only germicidal disinfectants that bear an Environmental Protection
Agency (EPA) Registration Number.
16. The Contractor shall perform monthly on site safety checks of both the interior and exterior of the
facility. The safety checks will be recorded on site and be posted in each facility office on a form
provided by the City Representative(s).
17. The Contractor shall, within ten (10) working days after the effective date of the Contract, submit
a work schedule to the City Representative(s) for review and approval. Said work schedule shall
be based on a twelve-month calendar identifying and delineating the time frames for the required
work (i.e., weekly, monthly, semi-annual, and annual tasks) by the day of the week, week, and
month.
18. The Contractor shall submit revised schedules when actual performance differs substantially from
planned performance. Said revisions shall be submitted to the City Representative(s) for review,
and if appropriate, approval, within five (5) working days prior to scheduled time for the work.
19. At the discretion of the City, monthly meetings between the Contractor and the City
Representative(s) may be scheduled to determine progress and address any changes in schedules,
problem areas, etc.
20. Changes or variations in scheduling may be necessitated by City special events etc. The
Contractor shall adapt any or all schedules to City requests.
21. The Contractor shall not interfere with the public use of the sites and shall conduct its operations
as to offer the least possible obstruction and inconvenience to City employees and the public or
disruption to the peace and quiet of the area within which the custodial services are performed.
22. Unless otherwise provided in this Request for Proposal, the name of a certain brand, make or
manufacturer does not restrict bidders to the specific brand, make or manufacturer named; rather, it
conveys the general style, type, character, and quality of the article desired. Bids on brands of like
nature and quality will be considered.
If bidding on other than the referenced brand(s), bid must show manufacturer, brand or trade name,
catalog number, etc. of the alternate offered. The burden of proof as to quality and suitability of an
alternate brand shall be upon the Bidder and it shall famish information necessary for such
detemtination and as required by the City at no cost to the City. The City shall be the sole judge as to
the quality and suitability of the alternate brand.
If Bidder does not refer to an alternate brand, and takes no exception to the specifications or reference
data, Bidder will be required to furnish brand names, numbers, etc., as specified. Bidders must certify
that item(s) bid upon meet and/or exceed specifications.
23. Samples, if required, must be furnished at no cost to City on or before date specified; if not
destroyed in examination, they will be returned to Bidder, if requested, at Bidder's expense. Each
sample must be marked with Bidder's name and address, City request for proposal number. DO
NOT ENCLOSE IN OR ATTACH BID TO SAMPLE.
RFP #07-31, Page 7 of 28
24. The quantities specified in this Request for Proposal are estimated only, and are given for the
information of proposers. They do not indicate the actual quantity which will be ordered, since
such volume will depend upon requirements which develop during the contract period.
Quantities shown shall not be construed to represent any amount which the City shall be
obligated to purchase under the contract, or relieve the Contractor of his obligation to fill all
orders placed by the City.
E. EMERGENCY HOUSEKEEPING SERVICE:
1. The Contractor shall have available, one staff person who can respond to daytime housekeeping
emergencies. The person shall be fully trained in safe and sanitary housekeeping procedures, be
an employee of the Contractor, and be familiar with the facility.
2. The Contractor shall be required to have an emergency telephone number. This number shall be
provided to the City representative prior to start of service.
3. The Contractor shall respond, on -site within two (2) hours after the emergency number is
activated (called) by the City.
4. Failure to respond on -site within two hours, or not sending a trained custodian familiar with the
facility can result in cancellation of the contract.
5. Contractor shall invoice for an hourly, portal-to-portal rate, for one person to provide this
emergency service. Contractor shall allow a minimum of two (2) hours each time this service is
activated.
F. OSHA GUIDELINE COMPLIANCE:
1. MATERIAL SAFETY DATA SHEETS - Contractor shall furnish to the City Representative(s)
copies of Material Safety Data Sheets (MSDS), for all products used, prior to beginning service.
Contractor must update copies of the MSDS on an annual basis. In addition, each time a new
chemical or cleaning product is introduced into any facility, a copy of that product's MSDS must
be provided to the City Representative(s), prior to the product being used.
2. The Material Safety Data Sheets must be in compliance with OSHA Regulation 1910.1200,
paragraph g.
3. LABELING OF HAZARDOUS MATERIALS - Contractor shall comply with OSHA regulation
1919.1200, paragraph f, concerning the labeling of all chemical containers.
4. CAUTION SIGNS - Contractor shall use caution signs as required by OSHA Regulation
1910.144 and 1910.145 at no cost to the City. Caution signs shall be on -site on commencement of
the contract.
5. OSHA GUIDELINES OF BLOOD PATHOGENS - Contractor shall comply with the OSHA
Standard 29CFR1910.1030 Blood Borne Pathogens as it pertains to the training, safety and
equipment needed for all employees engaged in custodial service. Contractor shall be responsible
for compliance on date of Contract acceptance and shall provide proof to the City Representative
(s).
6. Due to the nature of custodial work, proof of compliance with OSHA regulation 1920.1200,
Hazard Communication, shall be provided to the Contract Administrator upon commencement of
this Contract.
7. Failure of the Contractor or their employees to comply with all applicable laws, regulations and
rules shall permit City to immediately terminate this Contract without liability.
RFP #07-31, Page 8 of 28
8. The Contractor shall purchase and issue all chemicals in their original containers. Materials that
require precautionary warnings shall have affixed to all containers such labels or markings as are
prescribed by law, regulatory agencies or this contract. Marking or labeling of materials
containing hazardous or toxic substance or wastes shall be in accordance with all Federal, State
and Loudoun County laws, ordinances, rules and regulations.
G. EMPLOYEES OF THE CONTRACTOR:
1. Custodians shall be employees of the Contractor, day laborers are not acceptable.
2. Custodians employed by the Contractor shall be fully trained and skilled in safe and proper
housekeeping techniques. The Contractor shall provide sufficient documentation to demonstrate
adequate training has been provided. Failure to do so may be ample cause for rejection of the bid.
The use of custodians who are not adequately trained may be sufficient grounds for termination of the
contract Emphasis should be placed on Handling Hazardous Materials (proper clean up of blood and
body fluids).
3. The Contractor shall obtain criminal, background checks on all contract personnel at the start of
this contract or upon employment, and at least once per year thereafter. The Contractor shall
inform the City Representative(s), by certified mail, of any criminal convictions of any type for
contract personnel within five (5) days of obtaining the information. Background checks must be
complete before any of the Contractor's personnel will be allowed on -site.
4. Contractor shall supply the City Representative(s) with a current list of all emnlovees that will
perform work at the facility(s). Each of these employees shall be adequately trained and have had
criminal background checks. If the Contractor uses employees not on the list, the City may order that
person(s) off the property and deduct the cost of a full eight (8) hours labor from the monthly invoice.
Repeated use of employees not on the current list, may be grounds for termination of the contract
5. All employees shall wear uniforms that bear the company name/logo. Uniforms shall be approved
by the City Representative(s) and shall not be dirty, stained, or tom.
6. Identification badges shall be furnished by the Contractor and worn by all Contractor's employees
while on City premises. The badge shall have the employee's picture, name, signature.
7. Access to the building shall be as directed by the City Representative(s). Contractor's employees
may not leave the premises during working hours except in cases of emergency and on approval
of the City Representative(s). Contractor will be supplied with a list containing point of contacts
and corresponding phone numbers to contact in case of an emergency. Access to designated
restricted areas is forbidden to Contractor's employees. Restricted areas will be designated by the
authorized City Representative(s). All doors shall be locked on completion of cleaning.
H. PROPOSAL REQUIREMENTS:
1. If any bidder is in doubt as to the intent or meaning of any part of this Request for Proposal, the
bidder should contact the City representatives listed on page two (2) of this document by October
26, 2006. Requests for interpretation of specifications may be e-mailed to the Buyer II.
2. Bidders are expected to fully inform themselves as to the conditions, requirements, and
specifications before submitting a proposal. The submission of a proposal by a vendor constitutes
vendor acceptance of the terms and conditions herein, unless otherwise stated.
3. The format of the vendor's proposal must be consistent with the format of the specifications
listed.
4. The bidder is responsible for all costs related to the preparation of this proposal.
5. The City reserves the right to add similar items/services or delete items/services specified in the
contract as requirement change during the course of the contract Prices for items/services to be
RFP 407-31, Page 9 of 28
added to the Contract will be mutually agreed to by the City and the Contractor. A Contract
amendment will be issued for each addition or deletion.
6. The City of Iowa City reserves the right for a presentation and/or demonstration of the proposed
janitorial services from the Bidder; this request shall be at no cost to the City.
7. Proposed pricing shall specify F.O.B. destination and include all shipping charges.
8. Responses may be rejected if the vendor fails to perform any of the following:
a. To adhere to one or more of the provisions established in this Request for Proposal
b. To demonstrate competence, experience, and ability to provide the equipment and
services described in this Request for Proposal
c. To submit a response on or before the deadline and complete all required forms
d. To fulfill a request for an oral presentation and/or demonstration
e. To respond to a written request for clarification or additional information
9. Bidders must submit three (3) copies of their proposal containing the following items:
a. A summarized letter of the vendor's proposal on the vendor's letterhead
stationary. The letter must be signed by an officer of the vendor or a designated
agent empowered to bind the firm in the contract offer. Acceptance or exception
to our terms must be noted in the letter.
b. A minimum of three (3) comparable references from companies or agencies of
current work being performed with similar cleaning requirements. Include the
company or agency's name and address, the name, title, phone number of each
reference, and the number of years cleaning for that company or agency. References
from other City of Iowa City employees will not be accepted (Section VI).
c. A completed and signed Pricing and Company Information Form (Section VII). The
City is not responsible for the vendor's failure to provide information and pricing on
required items. In this instance the prices submitted will prevail as the bid price for
all required equipment, materials, labor, travel, delivery and shipping fees.
d. In order to determine a proposers qualifications, each bidder shall furnish a narrative
statement listing comparable contracts which they have performed during the last two
(2) years, together with a general history of their operating organization.
e. A completed Questions form (Section V).
f. Include a complete plan for the performance of work.
L CONTRACT AWARD:
1. The vendor's proposal must be complete to be considered for award.
2. The vendor shall not subcontract any part of this contract without the prior written approval of the
City. All subcontractors working on this contract must be employed by and responsible to the
awarded vendor. Bidder will be responsible for any and all warranties issued by subcontractors.
3. The City reserves the right to qualify, accept, or reject any or all vendors as deemed to be in the
best interest of the City. The City of Iowa City reserves the right to accept or reject any or all
proposals and to waive irregularities or technicalities in any proposal when in the best interest of
the City. The City of Iowa City reserves the right to accept or reject any exception taken by the
vendor to the terms and conditions of the Request for Proposal.
4. It is the City's intent to make an award within Sixty (60) working days of the proposal due date.
RFP 907-31, Page 10 of 28
5. Award, if made, will be in accordance with the terms and conditions herein.
6. Award, if made, shall be in the form of a Purchase Order.
7. Any change to the contract must be approved in writing by the Purchasing Agent and the
Contractor.
8. Consideration may be given to, but not limited to, the vendor's performance references, vendor's
experience and expertise in the subject industry including number of current employees, the
vendor's ability to comply with the requirements of this proposal, and pricing, City's perception
of the vendor's understanding of the City's stated needs and specifications, as evidenced by
vendor's proposal response.
9. Awarded vendor(s) will be required to complete the City's Contract Compliance Document for
any contract that is valued at $25,000 or more. The Contract Compliance Document must be
completed and returned to the City before commencement of work.
10. Awarded vendor(s) will be required to submit a current certificate of insurance prior to delivery
and commencement of work. The certificate of insurance shall include the following items:
• The City of Iowa City will be named as additional insured
• Project bid number and project title as the description
• Insurance carriers will be rated as A or better by A.M. Best
J. WORK SITE:
I. The Contractor shall at all times keep the adjacent areas of the property free from debris and the
accumulation of any waste materials.
2. The Contractor shall maintain a safe work environment at all times. Safety will be the sole
responsibility of the Contractor. The Contractor shall take all necessary precautions for the safety
of the City's and Contractor's employees and the general public and shall erect and properly
maintain at all times all necessary facility safeguards for the protection of the Contractor's
employees and the general public. If necessary, the Contractor shall post signs warning against
hazards in and around the work site.
3. The Contractor, in carrying the requirements of this contract, must employ methods or means that
will not cause interruption of or interference with the work of any other Contractor or City
personnel at the site. The Contractor's work schedule and activities to complete this project must
be coordinated with the City Representative(s).
K EVALUATION PROCESS:
An evaluation committee will independently evaluate the merit of proposals received in accordance with
the evaluation factors defined in the RFP. Failure of the bidder to provide any information requested in
the RFP may result in disqualification of the proposal and shall be the responsibility of the bidder. The
evaluation process shall be based on a 100 point scale. The proposal that accrues the highest point total
shall be recommended for award subject to the best interests of the City of Iowa City. It is required that
the proposal receive a minimum of 80 points in order to be considered for this award. Categories have
been identified for the evaluation process. Each category shall receive a point value within the specified
range based on how well the proposal meets or exceeds the City's requirements. The following table lists
the maximum points associated with each category.
Each proposal submitted stands alone and will be evaluated on its own merits in terms of meeting the
City's requirements and terms and conditions, pricing, installation schedule, and overall responsiveness to
the Request for Proposal.
"Vendor submission of a proposal implies vendor acceptance of the evaluation technique and
vendor recognition that some subjective judgments shall be made by the City of Iowa City during
assignment of points."
RFP #07-31, Page 11 of28
POINT CATEGORY
ASSIGNED POINTS
1. Work Plan 15
2. Customer Satisfaction/Experience/References 20
3. Pricing 50
4. Responsiveness to Proposal 15
Total 100
The above conditions and instructions clarify this specific bid document, but are in addition to the
attached GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS (Section M.
RFP 407-31, Page 12 of 28
SECTION III. CLEANING SPECIFICATIONS
A. FLOORS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall begin cleaning operation by sweeping floor with a treated dust -mop to
remove all dirt, dust, trash, particles, and other debris. The Contractor shall utilize a mildly
abrasive pad (or equivalent) to remove all scuff marks, scars, streaks, spills, stains, gum, tar, and
other foreign substances. The Contractor shall then wet mop the floor. When wet mopping, the
Contractor shall ensure that the floors, walls, baseboards, corners, thresholds, and adjacent
surfaces are free of dirt, dust, marks, scars, streaks, spills, stains, gum, tar, and other foreign
substances, including those resulting from the cleaning equipment and the splashing of cleaning
solution. The Contractor shall ensure that all cleaning solutions have been mixed according to
manufacturer's directions and are appropriate for the floor surface. The Contractor shall take the
necessary precautions, including the display of "wet floor" signs, to ensure that facility users are
advised of weUslippery floors. (Restroom floors are addressed under "Restrooms.")
Monthly: The Contractor shall damp mop floor with approved neutral base cleaner and cool
water, ensuring that the mop is damp and not overly wet. This operation shall take place after the
daily cleaning operation has been completed. The Contractor shall take the necessary precautions,
including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery
floors.
Quarterly: The Contractor shall damp mop, and then spray buff floor(s) with an approved floor
wax and a high-speed polisher with an abrasive pad. This operation shall take place after the daily
cleaning operation has been completed. Excessive wax build-up shall not be present on floor,
comers, or baseboards. The Contractor shall take the necessary precautions, including the display
of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. (Restroom
floors are addressed under "Restrooms.")
Yearly: The Contractor shall strip and wax floor(s) with an approved floor wax. Entire room or
corridor shall be completed in one operation, and shall be completed in accordance with the
manufacturer's recommendation. The Contractor shall take the necessary precautions, including
the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors.
(Restrooms floors are addressed under "Restrooms.")
B. CARPETS AND FLOOR MATS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall begin cleaning operation by removing all paper, gum, rubber bands, staples,
paper clips, and other debris from the carpet. The Contractor shall then use a carpet vacuum to
remove surface soil and embedded grit from all areas accessible to the carpet vacuum. Chairs and
trash receptacles shall be moved to vacuum underneath, and then replaced in their original
positions. The beater bars or brush of the vacuum shall be adjusted to correspond to the pile
height of the carpet. A tank vacuum with a crevice tool and brush attachment shall be used to
clean all areas, which are inaccessible to the carpet vacuum. The Contractor shall also spot clean
the carpet to remove all spots, stains, gum, tar, and other foreign substances. When spot cleaning
carpet, the Contractor shall use a spray foam product and a soft bristle brush to agitate the area;
any dampness shall be removed by blotting area with a clean soft cloth. The City
Representative(s) shall be notified if spot cleaning effort is not effective.
Three (3) times per year: The Contractor shall thoroughly clean carpet (i.e., carpeted area) using
the water extraction method. The Contractor shall begin cleaning operation by removing all
movable furnishings from the carpeted area, placing the furnishings in an appropriate temporary
location. All paper, gum, rubber bands, staples, paper clips, and other debris shall be removed
from the carpeted area. The Contractor shall then use a carpet vacuum to remove surface soil and
RFP #07-31, Page 13 of 28
embedded grit. All spots and stains shall be treated with an approved spot cleaning solution and a
soft bristle brush. Spot cleaning should continue until as much of the spot or stain as possible has
been removed. Water extraction equipment shall be operated over the entire carpeted area. All
instructions provided by the manufacturers of the water extraction equipment and cleaning
solutions shall be followed. After allowing sufficient drying time, the Contractor shall vacuum
the carpeted area following a pattern, which will give the carpet pile a uniform appearance. The
Contractor shall conclude the operation by replacing furnishings in their original locations.
C. CLEANING WALL, WALL CABINETS AND PARTITIONS:
Weekly: The Contractor shall spot clean walls, including light switches, wall cabinets, and
partitions to remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, mold, and
other foreign substances. The Contractor shall ensure that the walls, wall cabinets, and partitions
are uniformly clean, and that there are no smudge spots on the wall overlaps, and that
water/cleaning fluids are not spilled onto floors or adjacent areas.
D. CLEAN GLASS DOORS, PARTITIONS AND PANELS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall spot clean glass doors, glass partitions, and glass panels. The glass surfaces
shall be completely cleaned and dried, and shall present a uniform appearance free of all dirt,
grime, smudges, stains, streaks, and foreign substances.
E. CLEAN DOORS AND DOOR FRAMES:
Weekly: The Contractor shall spot clean doors, including door glass and handles, and door
frames to remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, and other foreign
substances. The Contractor shall ensure that water/cleaning fluids are not spilled onto floors or
adjacent areas.
F. CLEAN CEILING VENTS AND LIGHT FIXTURES:
Three (3) times per year: The Contractor shall dust and spot clean the ceiling vents and light
fixtures to remove all dirt, particles, and cobwebs. The Contractor shall notify the City
Representative(s) of burned out light bulbs and missing or damaged ceiling tiles.
G. CLEAN FURNISHINGS IN THE PUBLIC LOBBY AND LOUNGE AREA:
Weekly: The Contractor shall spot clean all furnishings (i.e., furniture) such as desks, chairs,
cabinets, display cabinets, counters, tables (not including coffee shop tables), and other
furnishings, including legs and bases as is appropriate to type. Furnishings shall be free of dust,
particles, lint, litter, stains, smudges, fingerprints, gum, tar, grease, marks, streaks, and foreign
substances. Items on top of the furnishings shall not be disturbed during the cleaning procedure.
Wood: The Contractor shall use a soft clean cloth and an approved aerosol polish to clean
surfaces. Wood famishings shall not have an oily fihn when the surface is rubbed lightly with
fingertips. Hard surface (other than wood): The Contractor shall use a sponge, clean cloth, and
spray bottle of neutral detergent or glass cleaner to clean washable surfaces. Glass cleaner shall
be used on all glass surfaces. After cleaning, these surfaces shall have a clean, uniform
appearance, free from streaks, spots, and other evidence of removable soil. Vinyl: The Contractor
shall wipe surfaces down with a cloth or sponge with an'appropriate cleanser, re -wipe with a
clean damp cloth, and dry with a clean cloth. Cloth: The Contractor shall use a lightly treated dust
cloth, tank vacuum with dusting attachment, or a combination thereof to clean surfaces. When
spot cleaning cloth fumishings, the Contractor shall use a spray foam product and a sponge to
agitate the area, any dampness shall be removed by blotting area with a clean soft cloth. The
Contractor shall notify the City Representative(s) if spot -cleaning effort is not effective.
RFP 907-31, Page 14 of 28
H. DUST CLOCKS, LAMPS, TELEPHONES, TELEVISIONS. AND VIDEO CASSETTE
RECORDERS:
Bi-Weekly: The Contractor shall dust/polish, with a treated cloth, the exterior surfaces of all
clocks, lamps, televisions and video cassette recorders. These items shall be free of dust, dirt,
smudges, and fingerprints.
I. DUST LEDGES, SHELVES, AND OTHER HIGH SURFACES:
Bi-Weekly: The Contractor shall dust ledges, windowsills, air conditioner tops, shelves, and
other high surfaces. These items shall be free of dust, dirt, cobwebs, and other foreign substances.
J. EMPTY AND CLEAN TRASH RECEPTACLES:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall empty all trash receptacles. Liners shall be replaced daily. All bash must be
bagged before it is placed in the dumpster. The interiors and exteriors of trash receptacles will be
tree of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which
are found to contain liquids or other substances which could be the cause of odors shall be
washed out and dried before new liners are installed. The Contractor shall place the removed
trash into the dumpster/container located in the exterior trash enclosure. No trash should be left
on the ground around the enclosure, or on top of the enclosure.
K. CLEAN WINDOWS, WINDOW SILLS, AND VENETIAN BLINDS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall dust and spot clean all window flames below six (6) feet so that they are free
of dust, dirt, grime, streaks, graffiti, and other foreign substances. The Contractor shall also spot
clean windows to remove all smudges, fingerprints, marks, streaks, graffiti, or foreign substances
discovered on interior windows.
Two (2) times per year: The Contractor shall thoroughly clean all interior and exterior windows,
screens, and venetian blinds with a mild detergent so that they are free of dust, grime, and other
foreign substances.
L. CLEAN ENTRANCE GLASS:
Bi-Weekly: The Contractor shall clean the interior and exterior sides of the entrance glass,
entrance doors, and adjacent windows. The surfaces shall be completely cleaned and dried, and
shall present a uniform appearance free of all dirt' grime, smudges, stains, streaks, and foreign
substances.
M. CLEAN STAIRS AND STAIRWAYS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall clean stairs and stairways, including landings, in accordance with the
specifications for "CLEAN FLOORS: Resilient Tile & Concrete" and "WALLS, WALL
CABINETS & PARTITIONS." The Contractor shall also spot clean handrails, using a clean cloth
and/or a sponge and cleaning solution, to remove all dust, dirt, cob webs, grease, oily film,
fingerprints, stains, soils and other foreign substances.
N. CLEAN DRINKING FOUNTAINS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall use an approved germicidal disinfectant, applied from a spray bottle, a clean
sponge, small brush or mildly abrasive pad to remove all hard water deposits, obvious soil,
streaks, smudges, and foreign substances from the drinking fountain and entire cabinet.
RFP #07-31, Page 15 of 28
O. CLEAN RESTROOMS:
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
Clean & Disinfect Sinks, Toilets, Urinals, Exposed Plumbing - The Contractor shall use a
germicidal detergent, a clean sponge, abrasive pad, toilet bowl mop, clean cloth and cleanser to
completely clean and disinfect all exposed surfaces of sinks, toilets, and urinals. The cleaning
shall include the drying and polishing of all exposed hardware. The interior of toilets, toilet seats,
and urinals shall be scoured using a bowl mop. After the interior has been scoured, the fixture
shall be flushed and the water level followed down with a circular motion of the bowl mop to
remove stains and chemical rings. After cleaning, the fixtures shall present a clean, bright, shiny
appearance. Fixtures shall be free of all visible soil, scales, blood, feces, rust stains, scum, streaks,
oily smudges, mineral deposits, and other foreign substances. All metal hardware such as flush
valves, faucet valves, and faucets shall be wiped dry and be free of streaks, spots, stains, etc.
Inoperable or broken fixtures shall be immediately reported to the City Representative(s).
Clear Sink, Urinal & Toilet Stoppages - The Contractor shall attempt to clear all toilet and sink
stoppages by use of a plunger or other device. If the attempt to clear the stoppage(s) has failed,
the Contractor shall post an 'but of order" sign on the sink, urinal, or toilet stall door, and shall
immediately report the stoppage(s) to the City Representative(s). Where main sewer stoppages
occur, the Contractor shall secure/lock the restroom, post an 'but of order" sign on the restroom
door, and shall immediately report the stoppage to the City Representative(s).
Clean Walls, Partitions, Door Frames & Door Handles - The Contractor shall spot clean walls,
partitions (including the interiors of toilet stalls and doors), door frames, and door handles to
remove all dirt, cobwebs, graffiti, grease, marks, blood, feces, stains, smears, mold, and other
foreign substances. The Contractor shall ensure that water/cleaning fluids are not spilled onto
floors or adjacent areas.
Clean & Disinfect Restroom Floors - The Contractor shall begin cleaning/disinfecting operation
by sweeping floor with a dust mop or broom to remove all dirt, dust, trash, particles, and other
debris. The Contractor shall also remove all feces, blood and vomit by flushing it down the floor
drain, by use of water blaster, if necessary. The Contractor shall then thoroughly wet the entire
floor utilizing a wet mop, mop bucket and wringer, and a germicidal disinfectant solution. The
solution must be allowed to remain on the floor for three to four minutes, and shall then be
agitated using a scrub brush or an abrasive pad. The cleaning solution shall be removed using a
well -wrung mop, or it may be squeegeed to the floor drain. After being mopped, the floor shall
have a uniform appearance with no streaks, film, swirl marks, detergent residue, mop strings, and
grout should be free of mold or other evidence of soil. The Contractor shall ensure that there are
no splash marks or mop streaks left on fixtures, walls, baseboards, trash receptacles, etc.
Empty & Clean Trash Receptacles - The Contractor shall empty all trash receptacles. Liners shall
be replaced daily. The interiors and exteriors of trash receptacles will be free of trash, liquids,
gum, grease, and other foreign substances. Those trash receptacles which are found to contain
liquids or other substances which could be the cause of odors shall be washed out and dried out
before new liners are installed. The Contractor shall place the removed trash into the
dumpster/container located in the exterior trash enclosure. No trash should be left on the ground
around the enclosure, or on top of the enclosure.
Clean Mirrors - The Contractor shall remove all soil, streaks, smudges, film, and foreign
substances from the mirror surface and frame using glass cleaning solution (in a spray bottle) and
a cloth. Minor surface shall be polished with a clean, dry cloth so that it presents a uniform, clean
appearance. Adjacent shelves shall be cleaned in the same manner.
Fill & Clean Paper Dispensers - The Contractor shall refill all paper towel, toilet tissue, sanitary
napkin, and other paper dispensers to the proper fill level. The Contractor shall also wipe clean
the dispensers and adjacent surfaces with a germicidal detergent to remove hand prints and
smudges.
RFP #07-31, Page 16 of28
Fill & Clean Soap Dispensers -The Contractor shall refill all soap dispensers to their proper fill
level, in accordance with manufacturer's instructions. The Contractor shall also wipe clean the
dispensers and adjacent surfaces, removing any spills created during the refilling process. The
Contractor shall check all dispensers for proper operation, and shall report inoperative devices to
the City Representative(s).
P. BATHROOM FLOORS:
Annually: Strip and Seal Floors - The Contractor shall strip and seal floors, with an approved
sealer. No wax shall be applied. The Floor shall be free of dirt, dust, mold, streaks, marks, stains,
cleaning application residue, watermarks, cleaning equipment marks, splashing, and dissolved
and finished particles, and other foreign substances. Walls, baseboards, and other surfaces shall
be clean and free of watermarks, cleaning equipment marks, and splashing. The Contractor shall
ensure that baseboards, tile, fixtures and other equipment is not damaged, disfigured, or impaired.
The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to
ensure that facility users are advised of wet/slippery floors.
Clean Ceiling Vents, and Light Fixtures - The Contractor shall thoroughly clean, using a
germicidal disinfectant and sponge or clean cloth, the ceiling vented and light fixtures to remove
all dirt, grease, particles, cobwebs, and other foreign substances. The Contractor shall not use a
hose or other means for this operation.
Q. CLEAN EXTERIOR:
Daily: Remove Litter - The Contractor shall collect and remove all litter and debris located in the
parking lot, driveways, shrub beds, entrances, stairways, and patios. Litter/debris shall be placed
into the dumpster/container located in the exterior trash enclosure. No trash should be left on the
ground around the enclosure, or on top of the enclosure.
Sweep Entryways, Walkways & Stairs - The Contractor shall sweep the entryways, walkways
(i.e., sidewalks) and stairs to remove all dirt, debris, and litter. The Contractor shall ensure that
sweeping operations do not pose a hazard to people using the facility.
Clean Handrails - The Contractor shall spot clean handrails, using a clean cloth and/or a sponge
and cleaning solution, to remove all dust, dirt, cobwebs, grease, oily film, fingerprints, stains,
soils, and other foreign substances.
Empty and Clean Exterior Trash Receptacles - The Contractor shall empty all exterior trash
receptacles and replace plastic liners daily. The interiors and exteriors of trash receptacles will be
free of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which
are found to contain liquids or other substances which could be the cause of odors shall be
washed out and dried out before new liners are installed. The Contractor shall place the removed
trash into the dumpster/container located in the exterior trash enclosure. No trash should be left
on the ground around the enclosure, or on top of the enclosure.
Weekly: Wash Front & Rear Entryways - The Contractor shall hose down and scrub, with a stiff
broom or brush, the front and rear entryways and the adjacent walkways, to the east and the west,
within 25 ft. Entryways and adjacent walkways shall be free of dirt, stains, litter, debris, bird
droppings, and other foreign substances. Work shall be completed in one operation and shall take
place after 8:00 p.m. Yellow caution tape shall be placed at a suitable perimeter around the work
site, and "wet floor" or caution signs shall be strategically placed.
Monthly: Entryway covered ceiling— Wipe down and remove all cobwebs and dirt.
RFP #07-31, Page 17 of 28
IL VENDING AREA
Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible):
The Contractor shall begin cleaning operation by sweeping floor with a treated dust -mop to
remove all dirt, dust, trash, particles, and other debris. The Contractor shall utilize a mildly
abrasive pad (or equivalent) to remove all scuff marks, scars, streaks, spills, stains, gum, tar, and
other foreign substances. The Contractor shall then wet mop the floor. When wet mopping, the
Contractor shall ensure that the floors, walls, baseboards, commis, thresholds, and adjacent
surfaces are free of dirt, dust, marks, scars, streaks, spills, stains, gum, tar, and other foreign
substances, including those resulting from the cleaning equipment and the splashing of cleaning
solution. The Contractor shall ensure that all cleaning solutions have been mixed according to
manufacturer's directions and are appropriate for the floor surface. The Contractor shall take the
necessary precautions, including the display of "wet floor" signs, to ensure that facility users are
advised of wet/slippery floors. (Restmom floors are addressed under "Restrooms.")
Annually: Strip and Seal Floors - The Contractor shall strip and seal floors, with an approved
sealer. No wax shall be applied. The Floor shall be free of dirt, dust, mold, streaks, marks, stains,
cleaning application residue, watermarks, cleaning equipment marks, splashing, and dissolved
and finished particles, and other foreign substances. Walls, baseboards, and other surfaces shall
be clean and free of watermarks, cleaning equipment marks, and splashing. The Contractor shall
ensure that baseboards, tile, fixtures and other equipment is not damaged, disfigured, or impaired.
The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to
ensure that facility users are advised of wet/slippery floors.
Clean Ceiling Vents, and Light Fixtures - The Contractor shall thoroughly clean, using a
germicidal disinfectant and sponge or clean cloth, the ceiling vented and light fixtures to remove
all dirt, grease, particles, cobwebs, and other foreign substances. The Contractor shall not use a
hose or other means for this operation.
S. EMERGENCY CUSTODIAL SERVICES:
Emergency services may include, but are not limited to, cleaning up spills, leak, floods, sickness,
animal wastes, breakage, etc. In the event an emergency situation is of such magnitude the
regularly scheduled tasks cannot be accomplished, the City Representative(s) shall be so
informed. Emergency services shall be judged according to the nature of the procedure (i.e.
separate standards apply to each function) and on the responsiveness to the situation.
RFP #07-31, Page 18 of 28
Section IV — REOUEST FOR PROPOSAL
CITY OF IOWA CITY — PURCHASING DIVISION
GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS
The general rules and conditions which follow apply to all proposals issued by the City unless other-
wise specified. Proposers or their authorized agents are expected to fully inform themselves as to the
conditions, requirements, and specifications before submitting proposals; failure to do so shall be at
the proposer's own risk.
REQUEST FOR PROPOSAL(RFP): is defined as a request for an offer, by one party to another, of
terms and conditions with reference to some work or undertaking.
This document constitutes a REQUEST FOR PROPOSAL, and is thus a solicitation for responses.
Conversely, this REQUEST FOR PROPOSAL is NOT a bid and is not governed by state or federal
bidding requirements.
Moreover, any acceptance of a proposal shall NOT result in a binding contract between the City and
the proposer, but instead will simply enable negotiations to take place which may eventually result in
a detailed and refined agreement or contract between the proposer and the City.
"Proposal date" as referenced herein shall mean the local date and time specified in the proposal
documents.
A. CONDITIONS FOR PROPOSING
1. COMPLETENESS/AUTHORIZATION OF PROPOSAL. Proposer shall supply all information
and submittals required by the proposal documents to constitute a proper proposal. The proposal shall clearly
state the legal name, address, telephone number, and fax number of the proposer. The proposal shall be
signed above the typed or printed name and title of the signer. The signer shall have the legal authority to
bind the proposer to the proposal.
2. ADDRESSING OF PROPOSAL. Unless otherwise specified, faxed proposals will not be accepted.
Proposal shall be submitted in a sealed envelope or box clearly marked on the front with proposal number
and due date, and unless otherwise specified, addressed to:
City Clerk's Office
City of Iowa City
City Hall - 410 E. Washington St.
Iowa City, Iowa 52240
3. PROPOSAL DEADLINE. Proposer shall be responsible for taking whatever measures are necessary
to ensure that the proposal reaches the office of the City Clerk or other specified agent on or before the local
time and date specified. The City shall not be responsible for, and may not consider, any proposal delayed in
the postal or other delivery service, or in the City's internal mail system, nor any late proposal, amendment
thereto, or request for withdrawal of proposal received after the date specified. Proposals received after the
time and date specified on the Request for Proposal will not be opened and will not be considered for award.
A written request for withdrawal of a proposal or any part thereof may be granted, provided the request is
received in writing by the City prior to specified proposal date.
4. RECEH'T OF PROPOSALS. Unless otherwise required by the Iowa Public Records law, during the
process of negotiations, no proposals shall be handled so as to permit disclosure to competing proposer's of
the identity of the proposer with whom the City is negotiating or the contents of the proposal.
RFP #07-31, Page 19 of 28
5. PROPOSALS BINDING 120 DAYS. Unless otherwise specified, all formal proposals submitted
shall be binding for one hundred and twenty (120) calendar days following proposal date, unless the
proposer(s), at the City's request, agrees in writing to an extension.
6. TRADE SECRETS OR PROPRIETY INFORMATION. The laws of Iowa require that at the
conclusion of the. selection process the contents of all proposals be placed in the public domain and be open
to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and
protected by law may be withheld.
7. MULTIPLE PROPOSALS. Proposers may submit more than one proposal, provided the additional
proposal or proposals are properly submitted on the proposal forms or in the proposal format.
8. COMPETENCY OF PROPOSER No proposal may be accepted from or contract awarded to any
person, firm or corporation which is in arrears or in default to the City of Iowa City upon any debt or
contract. Prior failure of a proposer to perform faithfully on any previous contract or work for the City may
be grounds for rejection. If requested, the proposer, shall present evidence of performance ability and
possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of
these proposal documents; such evidence shall be presented within a specified time and to the satisfaction of
the City.
9. COLLUSIVE PROPOSING. The Proposer certifies that the proposal is made without any previous
understanding, agreement or connection with any person, firm, or corporation making a proposal for the
same project, without prior knowledge of competitive prices, and that the proposal is in all respects fair,
without outside control, collusion, fraud or otherwise illegal action.
10. OFFICERS NOT TO BENEFIT. Upon signing this agreement, Consultant acknowledges that
Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract
with the City, and certifies that no employee or officer of the City, which includes members of the City
Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that
does not fall within the exceptions to said statutory provision enumerated in Section 362.5
11. EQUAL EMPLOYMENT OPPORTUNITY. All proposers are subject to and must comply with the
provisions of the City's EEO policy and applicable local, state and federal anti -discrimination laws. All City
contractors, subcontractors or consultants with contracts of $25,000 or more (or less, if required by another
governmental agency) must abide by the requirements of the City's Contract Compliance. Emergency
contracts are exempt from this provision.
B. INSURANCE
1. INSURANCE REQUIREMENTS The successful proposer shall provide insurance as follows:
a. Certificate of Insurance: Cancellation or Modification
(1) Before commencing work, the Proposer shall submit to the City for approval a Certificate of Insurance
meeting the requirements specified herein, to be in effect for the full contract period.
(2) The Proposer shall notify the City in writing at least thirty (30) calendar days prior to any change or
cancellation of said policy or policies.
(3) Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa
City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any
work performance on the contract.
b. Minimum Covers
RFP #07-31, Page 20 of 28
(1) Any policy or policies of insurance purchased by the Proposer to satisfy their responsibilities under the
proposal shall include contractual liability coverage, and shall be in the following type and minimum
amounts:
Insurance Requirements
Formal Project Specs: Class II (over $IM)
TYM of Coverage Each
Occurrence Aggregate
a. Comprehensive General Liability
(1) Bodily Injury & Property Damage $1,000,000 $2,000,000
b. Automobile Liability Combined
Single Limit
(1) Bodily Injury & Property Damage $1,000,000
c. Excess Liability $],000,000 $1,000,000
b. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M Best.
WHEN ADDITIONALLY REQUIRED:
d. Errors & Omissions $500,000
e. Fidelity Bond (minimum) $ 50,000
c. Hold Harmless; Endorsement Required
(1) The Proposer, including their subcontractors, contractors, employees, representatives or agents, shall
indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any
and all liability, loss, cost, damage and expense (including reasonable attorney's fees and court costs)
resulting from, arising out of, or incurred by reason of any claims, actions or suits based upon or alleging
bodily injury including death, or property damage rising out of or resulting from the Proposer's operations
under this document.
(2) Proposer is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa
(3) Responsibility for Damage Claims (1107.12 Iowa Supreme Court) — Notwithstanding the above, it is
specifically agreed between the parties executing this contract that it is not intended by any of the
provisions of any part of the contract documents to create in the public or any member thereof a third
party beneficiary hereunder, or to authorize anyone not a party to this contract to maintain a suit for
personal injuries or property damage pursuant to the terms or provisions of this contract. It is understood
that no subcontractor is a third party beneficiary to any contract between the Contracting Authority and
the prime contractor. Nothing in any special provision or any supplemental specification shall be
construed as eliminating or superseding the requirements of this section.
C. SPECIFICATIONS
1. FORMAL SPECIFICATIONS. The proposer shall abide by and comply with the true intent of the
specifications (i.e., not take advantage of any unintentional error or omission). Whenever mention herein is
made of a service to be provided in accordance with laws, ordinances, building codes, underwriters' codes or
similar expressions, the requirements of these laws, ordinances, etc., shall be construed as the minimum
requirements of the specifications.
The absence of a written list of deviations submitted with the proposal shall hold the proposer strictly
accountable to the City and to the specifications as written. Any unauthorized deviation from the
specifications may be grounds for rejection of the service when delivered
RFP #07-31, Page 21 of 28
2. PROPOSED ALTERNATE. When an item is identified in the bid document by a manufacturer's
name or catalog number, it is understood that the bidder proposes to fianish the commodity and/or service so
identified by the City unless the bidder specifically proposes an alternate. In bidding on a proposed alternate,
the bidder shall clearly state on his/her bid exactly what he/she proposes to famish, and forward with his/her
bid, a complete description of the proposed alternate, including brand, model number, drawings,
performance and test data, references, and any other information necessary for a complete evaluation. Bidder
shall include a statement setting forth any changes in other materials, equipment, or other work which would
be required by incorporation of the proposed alternate. The burden of proof of the merit of the proposed
alternate is upon the proposer.
The City's decision to approve or disapprove of a proposed alternate shall be final.
3. QUALIFICATIONS, CREDENTIALS AND REFERENCES. The proposer shall provide a
description of qualifications, credentials, experience, and resources as they relate to the provision of the
proposal. The proposer shall also provide a list of clients for whom similar work has been performed within
the last two years, including the firm, contact person, address, and phone number of each contact person.
4. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation, correction or change of the
proposal documents shall be made by written addendum. Unless otherwise specified the addendum will be
posted to the City of Iowa City web -site www.icgov.ore/commodities.asp. Interpretation, corrections or
changes of the proposal documents made in any other manner shall not be binding. Such interpretations,
corrections or changes shall not be relied upon by proposer. Any addenda shall be issued by the City within
a reasonable time prior to the proposal date. It is the proposer's responsibility to visit this web -site to insure
that they have received all important addenda or revisions to the Request for Proposal prior to bidding.
D. SELECTION OF FIRM
1. REJECTION OF PROPOSALS. The City reserves the right to accept or reject any or all proposals,
to waive irregularities and technicalities, and to request resubmission. The City also reserves the right to
reject the proposal of any proposer who has previously failed to perform properly or complete on time
contracts of a similar nature, or a proposal from a proposer who, investigation shows, is not in a position to
satisfactorily and timely perform the contract.
2. SELECTION. The City desires to enter into negotiations and ultimately reach an agreement with a
Proposer who demonstrates the best combination of attributes to conduct the project, and who also negotiates
a project cost with the City that is fair and reasonable. The City may conduct discussions with any proposer
who has submitted a proposal to determine qualifications, for fiuther consideration. Since the initial review
by the City will be deemed preliminary in nature, the document and process will be deemed confidential
until such time as the successful proposer is selected. Criteria for selection will include but not be limited to:
- ability to provide the type and quality of service that best meets the needs of the City.
- organization, size, management and structure of the firm to provide service.
- experience and qualifications of the persons with supervisory and management assignments, especially
relating to similar work assignments.
- satisfactory reference checks of clients on similar projects.
- previous and existing compliance with laws and ordinances relating to contracts with the City and to the
proposer's employment practices.
- whether the proposer is in arrears to the City, in debt on a contract or is a defaulter on a surety or other
agreement with the City.
- if a reasonable doubt arises as to proposer's solvency, the City reserves the right to require financial
information sufficient to show solvency.
- cost estimate; the City is not required to accept the proposal with the lowest cost estimate.
Once the City has reached an agreement with the Proposer, a purchase order will be issued to the
awardee. The purchase order will define the conditions of the contract between the City and the
contractor selected to receive the award.
RFP #07-31, Page 22 of 28
3. CORRECTIONS TO SUBMITTED PROPOSALS. Any changes that are made to this proposal
using correction fluid, writing utensils, etc. before submission must be dated and initialed in each area
that a change was made.
4. PRICING REQUIREMENTS. All pricing submitted by the bidder shall be indicated in both
words and figures. (Ex. $200.50, Two hundred dollars and fifty cents).
5. PRESENTATIONS. When required and based on an evaluation of proposals submitted, the City may
select finalists who will be required to participate in interviews, including key personnel designated for the
proposal, and to make presentations regarding their qualifications and their ability to furnish the required
service to best serve the needs of the City.
Formal presentations will be scored and evaluated by a committee. The evaluation committee will make a
recommendation to the City Manager and if required, to the City Council for final approval. Nothing in the
proposal can obligate the City to enter into a contract.
6. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or
state purchase.
7. ERRORS IN PROPOSAL. Any ambiguity in any proposal as a result of omission, error, lack of
clarity or non-compliance by the proposer with specifications, instructions and conditions shall be construed
in the light most favorable to the City. Changes in proposals shall be initialed and dated.
E. GENERAL CONTRACT PROVISIONS
1. CONTRACT AWARD. Upon City's selection and satisfactory negotiation between City and
Proposer on the work to be performed, a written award in the form of a Purchase Order, contract or other
instrument shall result in a binding contract without further action by either party. The contract shall be on
forms provided by the City; or if the proposer's contract document is used, the City reserves the right to
modify any document to conform to the request for proposal and to do so in the light most favorable to the
City.
2. INSURANCE. Current Certificate of Insurance in the amounts specified shall be on file with the City
before work can commence.
3. AVAILABILITY OF FUNDS. A contract shall be deemed valid only to the extent of appropriations
available to each project. The City's extended obligation on these contracts which envision extended
funding through successive fiscal periods shall be contingent upon actual appropriation for the following
fiscal year.
4. CONTRACT ALTERATIONS. No alterations or variables in the terms of a contract shall be valid or
binding upon the City unless authorized in writing by both parties.
5. SUBLETTING OF CONTRACT. Proposer shall not assign, transfer, convey, sublet or otherwise
dispose of the contract or their right, title or interest therein, or their power to execute such contract to any
other person, firm or corporation without the prior written consent of the City, but in no case shall such
consent relieve the Proposer from their obligations, or change the terms of the contract.
6. CONTRACT PERIOD. Contract shall remain in force for the full specified period and until all
services have been satisfactorily delivered and accepted and thereafter until all requirements and conditions
shall be met, unless:
a. Extended upon written authorization of the City and accepted by contractor, for a period negotiated and
agreed upon by both parties, when in the best interest of the City.
RFP #07-31, Page 23 of 28
b. Terminated due to default, as described below.
7. DEFAULT. The contract may be cancelled or annulled by the City in whole or in part by written
notice of default to the Proposer upon non-performance, violation of contract terms, delivery failure,
bankruptcy or insolvency, or the making of an assignment for the benefit of creditors. The City reserves the
right to grant Contractor a specified cure period during which to cure or remedy the default, which cure
period shall be included in the written notice of default. If default is not cured within the specified time, City
reserves the right, but is not obligated to, extend the cure period or City may deem the Contract terminated
without further notice. In either event, the defaulting Contractor (or his/her surety) shall be liable to the City
for cost to the City in excess of the defaulted contract price. Lack of knowledge by the Contractor will in no
way be a cause for relief from responsibility.
If the Contract is terminated, an award may then be made to the next qualified proposer; or when time is of
the essence, services may be contracted in accordance with Emergency procedures.
8. INDEMNITY. The Proposer shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees and agents from any and all liability, loss, cost, damage, and expense (including
reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims,
actions, or suits based upon or alleging bodily injury including death, or property damage rising out of or
resulting from the Proposer's operations under this Contract, whether such operations'be by the Contractor or
by any Subcontractor or by anyone directly or indirectly employed by either.
Proposer is not, and shall not be deemed to be, an agent or employee of the City of Iowa City.
Proposer further agrees to:
a. Save the City, its agents and employees harmless from liability of any nature or kind for the use of any
copyright or uncopyright composition, secret process, patented or unpatented invention, article or appliance
of which the Proposer is not the patentee, assignee, licensee or owner, furnished or used in the performance
of the contract.
b. Obtain all uermits and licenses required by city, state and federal governments and pay all related fees.
The Proposer shall also comply with all laws, ordinances, rules and regulations of the City, State of Iowa and
the Federal Government.
9. NON-DISCRIMINATION. Proposer shall not discriminate against any employee or applicant for
employment or any member of the public because of race, color, creed, religion, national origin, sex, sexual
preference, disability, marital status, gender identity or age, in keeping with the Equal Employment Policy
Statement, or otherwise commit an unfair employment practice. Proposer further agrees that this non-
discriminatory agreement shall be incorporated by the Proposer in all contracts entered into with suppliers of
commodities and/or services, contractors and subcontractors, and all labor organizations furnishing skilled,
unskilled and craft union skilled labor, or who may perform any such labor or services in connection with
this contract.
F. PAYMENT PROVISIONS
1. PAYMENT TERMS. Payment may be made only after inspection and acceptance by the using
department. Payment of balances shall be made only after approval and final acceptance by the City.
2. INVOICING. Invoices shall be submitted monthly for all work completed during the previous month.
Following acceptance of each payment term, payment shall be made within thirty (30) calendar days from
receipt of itemized invoice. Before City will pay any invoice, the invoice must first include proposal number,
department name, dollar amount, and any other pertinent information. Submit invoice in duplicate to:
Accounting Division
City of Iowa City
410 East Washington St.
Iowa City, Iowa 52240
RFP #07-31, Page 24 of 28
3. WITHHOLDING PAYMENT. Consideration for withholding payment shall include faulty
materials, or worlunanship, failure to meet delivery deadlines, and liens that have been filed, or evidence
indicating a possible filing of claims. In all cases, regulations and limitations imposed by the Federal
Government and State of Iowa shall prevail.
3. TAXES. The City of Iowa City is exempt from all Federal, State of Iowa and other states' taxes on the
purchase of commodities and services used by the City of Iowa City within the State of Iowa. The Central
Services Division shall provide tax exemption certification to out-of-state suppliers as required. Out-of-state
taxes imposed on purchases of commodities and/or services which are used within another state are
applicable and subject to payment.
Contractors shall bill the City Accounting Division, including tax, for contracts pertaining to the alteration,
construction or repair of real property. The Contractor shall provide the necessary Iowa Department of
Revenue Contractor's Statement (one contractors statement for each subcontractor). The Accounting
Division shall then contact the State of Iowa for tax reimbursement.
Contractors and subcontractors shall pay all legally required sales, consumer and use taxes on all
commodities and/or services purchased or rented to complete their contract.
If a contractor, subcontractor, or builder is to use building materials, supplies, and equipment in the
performance of a construction contract with a designated exempt entity, the person shall purchase such
items of tangible personal property without liability for the tax if such property will be used in the
performance of the construction contract and a purchasing agent authorization letter and an exemption.
certificate, issued by the designated exempt entity, are presented to the retailer.
RFP #07-31, Page 25 of 28
1. How long has your organization been in business?
2. List below, or on an attachment, all pertinent information and/or data that indicated your Company's
ability to satisfactorily perform to the terms of the contract?
3. Have you personally inspected the proposed work sites and have a complete plan for the performance
of the work? Include the plan with your proposal.
4. Will you subcontract under this contract? (carpet cleaning and window washing only)
5. Has your firm ever failed to perform satisfactorily or defaulted on contracts awarded to you?
6. State the true, exact correct and complete name of the partnership, corporation or trade name under
which you do business and the address and place of business.
W If a corporation, state the name of the President and Secretary
* If a partnership, state the names of all partners.
* If a trade name, state name(s) of individual(s) who do business under the trade name.
7. List the name, address and telephone number of contact for emergency service.
RFP #07-31, Page 26 of 28
SECTION VL REFERENCES
The Bidder must provide a minimum of three references from past and present clients for projects similar
in scope to this project including the company or agency's name and address, the name, title, phone
number of each reference, and number of years servicing this account. The City reserves the right to
contact each reference to assist with the evaluation of this proposal. References from other City of
Iowa City employees will not be accepted.
1.) Company Name:
Company Address:
Company Contact:
Title of Contact:
Phone Number.
Number of years servicing
this account:
2.) Company Name:
Company Address:
Company Contact:
Title of Contact:
Phone Number:
Number of years servicing
this account:
3.) Company Name:
Company Address:
Company Contact:
Title of Contact:
Phone Number.
Number of years servicing
this account:
Note: Additional references may be included with the submitted bid.
RFP #07-31, Page 27 of 28
SECTION VII. PRICING & COMPANY INFORMATION FORM
The pricing listed below shall include all labor, materials, equipment, travel, delivery, and shipping fees
for janitorial services. All quoted prices shall be designated F.O.B. City of Iowa City, 1801 S Riverside
Dr, Iowa City, IA 52240.
Monthly janitorial service cost
Total Price for the contract year
Written Total Price $
(example: six hundred and forty-five dollars)
Miscellaneous Fees:
ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation
if your firm's pricing is calculated differently than stated above)
The undersigned bidder, having examined and determined the scope of this Request for Proposal, hereby
proposes to provide the required labor, services and equipment and to perform the work as described in
the bid documents and to do all work at the prices set forth within.
The undersigned bidder certifies that this proposal is made in conformity with the Request for Proposal
and agrees that, in the event of any discrepancies or differences between any conditions of this proposal
and the Request for Proposal prepared by the City of Iowa City, the Request for Proposal shall prevail.
The undersigned bidder states that this bid is made in conformity with the specifications and
qualifications contained herein. In the event that there are any discrepancies or differences between any
conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City, the
City's Request for Proposal shall prevail.
The undersigned bidder certifies that this proposal is made in good faith and without collusion or
connection with any other person or persons bidding on the project.
Name of Firm:
Authorized Representative:
Signature of Representative:
Title of Authorized Representative:
Address:
City/State/Zip:
RFP #07-31, Page 28 of28
Phone Number:
Fax Number:
Website Address:
E-Mail Address:
Date Signed:
Addenda Form
The undersigned hereby acknowledges receipt of the following applicable addenda:
Addenda Number Date
miawest
Janitorial Service, InG
1395 NCenter Point Rd Iowa's Largest Continues To Grow -
Hiawatha, Iowa 52233-1239
Phone: 319-393-6162
Fax: 319-393-9263 Charles Norton, Sr. moved from Minneapolis, Minnesota to Cedar Rapids, Iowa in the
summer of 1958 to found Cedar Rapids' first organized janitorial contracting firm,
Midwest Janitorial Service, Inc.
One of Chuck's first decisions made was that his new business would grow through
customer word of mouth not by a high pressure sales force. Chuck and his late wife,
Anne, spent 18 to 20 hour days building their dream. Today he can see that all their
efforts orts have achieved some measure ofsuccess. With a labor force of 500 plus employees
and over eight million square feet of floor space serviced each night, they have brought
Midwest to a national ranking that puts us in the top 10"/0.
The company decided in 1967 to branch out into Iowa City. In 1970 Midwest found their
way to Burlington and Fort Madison. Then in 1971 Davenport and the Quad Cities area
were added and in 1985 Midwest expanded once again to Des Moines and Waterloo.
Most recently an office in Muscatine was opened in 2003.
Requests from our janitorial customers for help in purchasing the correct entrance mats,
the ideal waste container, the best hand soap, toilet tissue, light bulbs and the like,
convinced us to open Midwest Janitorial Supply Corporation in 1977 Many times since
we have heard how satisfied our customers are that it only takes one phone call to cover
their building maintenance needs.
Today's management has not lost sight of those original ideals, "quality comprehensive
service for a fair price". Midwest's management structure provides the backbone of our
success in keeping you, the customer, satisfied All contractors basically hire from the
same labor force. Only through training classes, an organized/structured system of
Budington, Iowa
supervision and a professionally tailored service job description, can the final results be
319-752-8666
consistently professional. Take the time to listen to a Midwest Janitorial representative
Davenport, Iowa
explain our system. We feel this is the only way for you to totally understand why all
563-3867ool
janitorial services are not the same. We think after a close evaluation of all criteria you
will join the other 500 plus businesses that have selected our nationally ranked firm.
Iowa City, Iowa
319-338-9964
Watedoo, Iowa
319-233-6787
Des Moines/Ames, Iowa
515-279-9247
Muscatine, Iowa
563-262-3o73
ITW November 1, 2006
Midwest
Janitorial Service, Inc
Iowa City Municipal Airport
1801 South Riverside Drive
13Center Point 2d Iowa City, Iowa 52246
Hiawatha, Iowa 52233-1239 �',
Phone: 319-393-6162
Pax: 319-393-9263
Dear Mr. Mike Tharp,
Enclosed is our updated cost proposal for janitorial services at the Iowa City Municipal
Airport. We currently have provided janitorial services to the airport since 1980. Due to
the increase in tasks & frequencies we are proposing increasing the daily hours 1 hour per
day from April — October and .5 hour per day November — March. We have allocated
additional hours through the spring; summer & fall to incorporate pressure washing &
additional yard clean up. Also added to this proposal are quarterly buffing (March, June,
September, December), 3x year shampoo & extract (April, August, December), and semi
annual window cleaning (March, September). We have included and accepted all terms
required within the RFP.
Additionally, every employee has a complete background check prior to placement and is
also required to attend class room training & on site training. Our training not only
includes proper use of equipment, chemical & cleaning procedures but also includes
OSHA, Hazard Assessments, and Bloodborne Pathogens. We provide a night supervisor
to inspect completed work & a day manager to inspect work or requests during regular
business hours. A manager performs quality assurance at least monthly and the night
supervisor performs inspections at least weekly.
We have valued the partnership we have had for the last 26 years and hope to continue
for many years to come. Please feel free to contact me at 319-393-6162 if you have
questions or need additional information.
Burlington, Iowa
Sincerely,
319 752-8666
)j Mk✓ / �
Davenport, Iowa KimberlyA. Hotchkiss
563-386-7001
President
Iowa city, Iowa Midwest Janitorial Service, Inc.
319-338-9964
Waterloo, Iowa
319-233-6787
Des Moines/Ames, Iowa
515-279-9247
Muscatine, Iowa
563-262-3o73
SECTION V. QUESTIONS
I
1. Midwest Janitorial Service, Inc. has been serving Eastern Iowa since 1959. We
are a locally owned family business.
2. Please see cover letter noting additions, employee training & quality assurance. If
for any reason you are unsatisfied with work completed we immediately send a
representative to correct deficiencies or return that evening to correct deficiencies
depending on what is most convenient for the client.
We offer a customer service email (customerservice@midwestjanitorial.com) that
comes directly to me and is a convenient way to notify us of requests or anything
you would like completed.
3. We have cleaned the airport since 1980 and are able & willing to meet any of
your needs. The updated proposal includes tasks, frequencies and areas not
currently included.
4. The only subcontractor would be window washing.
5. No we have not defaulted on a contract. We strive to provide exceptional quality
assurance and immediately resolve any requests made of us.
6. Midwest Janitorial Service, Inc.
Kimberly A. Hotchkiss/President
Craig A. Hotchkiss/Secretary
7. We provide service 24/71365. We can be reached at 319-338-9964 (locally),
1800-249-6161 (Corporate). Every manager & supervisor are provided cell
phones, we use an after hour answering service & check customer service email
days a week.
First point of contact would be Jim Rajtom (Operation Manager) 319-210-0212
(cell).
i
Nfidwest November 1, 2006
Janitorial Service, Inc.
1395 H Center Point Rd
Hiawatha, Iowa522334239
Phone:319-393-6162
Iowa City Municipal Airport
Faz:319-393-9263
1801 South Riverside Drive
Iowa City, Iowa 52246
Dear Mr. Mike Tharp,
Midwest Janitorial Service, Inc. has been performing janitorial services in Eastern
Iowa since 1958. We have branch offices in Waterloo, Iowa City, Burlington,
Quad Cities, Muscatine, Des Moines, Cedar Rapids (Corporate Office) and most
recently St. Louis, MO.
Three accounts in Iowa City that we provide service to are Oral B Laboratories
and Johnson County Administration Building. We provide daily, five times per
week service, floor, carpet and window maintenance. We provide service to the
US Banks in Waterloo, Cedar Rapids, Muscatine, Burlington and the Quad Cities
as well.
Sincerely,``
Kimberly A. Hotchkiss
President
Midwest Janitorial Service, Inc.
Burlington, Iowa
319752-8666
Davenport, Iowa
563-3867ooi
Iava City, Iowa
319-338-9964
Waterloo, Iowa
319-233-6787
Des MoinesiArn4 lava
515-279-9247
Muscatine, Iowa
563-262-3073
RFP #07-31, Page 26 of 28
The Bidder must provide a minimum of three references from past and present clients for projects similar
in scope to this project including the company or agency's name and address, the name, title, phone
number of each reference, and number of years servicing this account. The City reserves the right to
contact each reference to assist with the evaluation of this proposaL References from other City of
Iowa City employees will not be accepted.
1.) Company Name:
2.)
3.)
Company Address:
Company Contact
Title of Contact:
Phone Number:
Number of years servicing
this account:
Company Name:
Company Address:
Company Contact:
Title of Contact:
Phone Number:
Number of years servicing
this account:
Company Name'
Company Address:
Company Contact:
Title of Contact:
Phone Number:
Number of years servicing
this account:
US Bank
222 2nd Ave SE, Cedar Rapids, IA 52401
Margo Rouette
Property Administrator
319-368-4295
17 years
Oral B Laboratories
1832 Lower Muscatine Rd. Iowa City, IA 52240
Roger Volz
Facilities 'and Maintenance Manager
319-338-5411
9 years
Johnson County Administration
913 S Dubuque St. Iowa City, IA 52240
David Kempf
Facilitiea Manager
319-396-6073 ext 288
Note: Additional references may be included with the submitted bid.
RECOMMENDATIONS
Please feel free to contact the following companies as a recommendation of the type of
service we render:
CEDAR RAPIDS LOCATIONS
C.R. Public Library
(over 80, 000 sq. fi)
Bryan Davis
319-398-5123
Collins Credit Union
(over 40, 000 sq. ft.)
Rick Benhart
319-393-9000
Duane Arnold Energy Cir
(over 158, 000 sq. ft)
Kathleen Furman
319-851-7015
Elmcrest Country Club
319-366-8401
Fisery Life Insurance Solutions
Barb Miller
319-398-1800
Gazette/KCRG-TV
(over 85,000 sq. fl)
Steve Schmitz
.319-398-5842
US Banks
(twenty locations)
Margo Rouette
319-3684295
Wells Fargo Banks
(eleven locations)
Scott Hendricks
319-364-0191
QUAD CITIES LOCATIONS
Family Dollar
(over 900, 000 sq. ft.)
Pat Wells
563-652-6678
Wells Fargo Banks
(eleven locations)
Mike Peel
563-383-3211
Trinity Health Systems
(eighteen locations)
Sue McGeehan
309-779-2345
US Banks
(nine locations)
Jeff Heber
563-328-3140
MUSCATINE LOCATIONS
Bandag, Inc.
Joyce Tedrow
563-262-1400
Hon Industries
Jill Freeman
563-264-7443
DES MOINESLOCATIONS
Dahls Food (10 locations)
(over 500, 000 sq. ft.) Walt Blake
515-224-0111
Karl Cheverolet
Bob Massey
515-299-4300
Family Dentistry
Larry Boob DDS
515-225-1313
Fawn Manufacturing
Ron Harter
515-274-3641
Dreyer Marketing
Mike Dreyer
515-986-5957
Iowa Lottery Authority
Tammy Cooper
515-281-7877
Youth Emer. Shelter
Julie Schneider
515-557-2249
IOWA CITYLOCATIONS
Oral B Laboratories - IC (over 64, 000 sq. ft.) Roger Volz 319-338-5411
ACT -Iowa City (over 120, 000 sq. ft.) Doug Neal 319-337-1173
Old Capitol Mall - IC Kevin Digmann 319-338-7858
Scheels - Iowa City 319-625-9959
OTHER LOCATIONS
General Elec. -Burlington (over 80, 000 sq. ft.) Allan Luers 319-754-4671
GMAC - Waterloo (over 185, 000 sq. ft.) Bruce Berry 319-236-5200
QUALITYASSURANCE PROGRAM
MIDWEST JANITORIAL SERVICE, INC. is committed to quality assurance and employs
an Assistant Manager who spends seventy-five percent of each day on quality assurance.
Our quality assurance program consists of inspecting the daily, weekly, monthly,
quarterly and annual operations required by each customer. The inspections are
conducted by our Supervisors on a daily basis. Any deficiencies requiring immediate
attention are shown to the custodian for correction. An inspection report is utilized by
our Building Supervisor and weekly reports are submitted to the Custodian and Quality
Control Manager. In addition to the Building Supervisor inspection our Quality Control
Manager will conduct facility inspections at least monthly to ensure adherence to
cleaning specifications. The Quality Control Manager will visit with the designated
customer representative to discuss any cleaning issues or additional cleaning
requirements.
Our General Manager will also make regular visits to the facilities to ensure compliance
to the general cleaning specifications and other provisions to the service contract.
The key to quality assurance in our large facilities is the daily audits by our Building
Supervisor. Our goal is to inspect the Custodians work as soon as possible after the
work is completed. If deficiencies are found by the Building Supervisor, corrections will
be made at that time. Iffloor plans of the building are available, we utilize these in pin
pointing speck cleaning problems. This mapping system (map trac) works extremely
well in clarifying and solving particular problems.
The Custodian is also expected to check their own work after it is done. The Supervisor
will walk through the assigned area at least once per week to review their performance.
A part of our quality assurance program is our Employee of the Month award. Eligibility
of this award is based on the custodians quality of work and overall job performance.
They are recommended by our Supervisors and our Customers.
Attached are the quality assurance inspection forms we use in inspecting our customer
buildings.
BUILDING MANAGER DATE
)B DESCRIPTION �rPG���t 0a� CONDITIONS AND RECOMMENDATIONS
Sweeping or Dust Mopping
Halls
Offices
Elevators
Lobby
Stairways
Finishing and Buffing
Halls
Offices
Elevators
Lobby
Carpet Cleaning
Vacuuming
Spotting
Edging
General Cleaning
Ashtrays
Water Fountains
Doors
Partitions
Desk Tops
Interior Glass '
Wall Spotting
Waste Cans
Light Fixtures
Phones
Baseboards
Exterior Glass
Furniture'Upholstery
Dustin - High / Low
Furniture
Ledges
Walls
Venetian Blinds
Vents
Toilet Cleaning
Toilet Bowls
Toilet Seats
Urinals
Wash Bowls
Mirrors
Partitions
Walls
Dispensers
Bright Work
Floors
Showers
Customer Comments & -Closet
Equipment / Supplies
Neatness
CUSTOMER CONTACT SEEN
IS CUSTOMER SATISFIED?
FOLLOW-UP INSPECTION DATE
ALL ITEMS CORRECTED - DATE
INSPECTION MADE BY
ewi 1iraw
SUPERVISOR SIGNATURE
AMP -TRAC
MIDWEST JANITORIAL SERVICE, INC. utilizes a MAP- TRAC program in the customer
buildings we serve. We use the building floor plan to direct, inspect, monitor progress
and to plan floor and carpet care projects.
It is used by our managers, supervisors and lead people as a tool to inform building
management of the various areas of the building we have scrubbed and recoated during
the weep or carpet areas we have spot cleaned or extracted
The map is dated from day to day as a tracking mechanism to. show the areas requiring
more attention and the pattern of service frequency. We have found this method to bean
excellent communication tool for Midwest Janitorial Service, Inc. and the customers to
use to work in partnership to make every building a very clean environment for our
"guests"
MAP - TRAC SAMPLE
Front Entrance
Maint.
(3) f
Closet
Closet
-vestibule
Office
(4)
Office Manager/
r r
Bookkeeping
_ J
Lobby
- . Office
j
Employee Lounge
Reception
Sales Manager
Q
r'
Restroom
Conference Room
(2)
President's Office
(1)
MAP—TRAC is a system designed to provide ..
clear concise information to our super—
visory and custodial staff regarding
specific cleaning requirements and tasks.
The system assists Midwest Janitorial
Service, Inc. to provide more consistent
quality cleaning and supervision of our
customers facility.
1. Spot clean carpet: Coffee spill.
2. Clean ceiling vent: Dust and damp
wipe with Stride cleaner.
3. Please pay special attention to
entrance door glass. Remove
finger prints nightly'.
4. Clean baseboards in this office.
RECRUITMENT
MIDWEST JANITORIAL SERVICE, INC. utilizes a variety of resourcesfor recruiting,
newspaper and radio advertising, Federal and State employment agencies, senior citizen
groups, door to door advertising, current employee and customer referrals.
Management and supervisory personnel are often selected within the organization.
SELECTIONPROCESS:
All prospective employees receive:
1. Comprehensive interview.
2. Skills evaluation.
3. Work attitude evaluation.
4. Records check
5. Previous employment check
6. Reference check
Z Matching system: we make every effort to match employees to customers. This
process reduces turnover ofpersonnel and helps in assuring a stable custodial
staff.
8. Raises/higher paying positions are based on employee performance and must be
recommended by a supervisor.
9. All employees receive a photo ID and a uniform.
SUPER VISORY SELECTION.
All prospective supervisors are evaluated on the basis of
1. Satisfying the customer.
2. Communication skills.
3. Time management skills.
4. Developing teamwork
5. Competency in carpet care, floor care, office cleaning, rest room cleaning, use of
equipment and chemicals.
6. Knowledge of safetyprocedures, security and company policy, rules and
regulations.
TRAINING
All MIDWEST JANITORIAL SERVICE, INC. employees receive orientation and training
sessions.
ORIENTATION
1. Company history, organization, standards and goals.
2. Overview of company policy, rules and regulations.
3. Pay periods, pay raises, employee of the month and year awards.
4. Safety: emphasis on safety first; introduction to use of cleaning chemicals and
equipment; reporting accidents and injuries.
5. Security: emphasis on proper procedures for securing buildings, types of building
alarms, etc., and the importance of wearing ID and uniform.
6. Advancement: potential for full time positions, moving into management.
TRAINING
The trainingprocess begins with orientation and is followed by.
1. Trainingfilms on office and rest room cleaning.
2. Demonstration on equipment use and care.
3. Demonstration on use and care of basic cleaning chemicals.
CLASSROOM TRAINING IS FOLLOWED BY.•
1. On the job training by the employee's Supervisor or Building Chief Employees
are shown step by step how to clean and use chemicals and equipment.
2. Regular inservice training sessions are conducted by our Supervisor/Training
Staff to all employees.
3. Representative from 3M, Johnson Wax, Rubbermaid, Advance,
Brulins and other companies regularly conduct carpet care, floor care and
special cleaning seminars to our management and supervisory staff. These
seminars keep us current on proper and safe cleaning techniques.
4. Seminars are also conducted by outside consultants in our effort to improve our
services to customers.
Iowa City Municipal Airport
MIDWEST JANITORIAL SERVICE, INC. will perform all operations listed below on a
weekly basis unless otherwise specified.
GENERAL:
A. Service will be performed three (3) times per week on Tuesday, Thursday and
Saturday.
B. Cleaning time will comply with building managements request. Building
management will be informed prior to any work scheduled for any other days
than those stated in A. above.
C. MIDWEST employees will be uniformed and carry a company identification card
D. All areas under our service contract will be checked for quality and conditions.
Any abnormalities will be reported to building management immediately. Doors
are to be locked as necessary.
E. MIDWEST can provide a representative to inspect cleaning conditions on a
weekly (or as necessary) basis with a representative of your company, if so
desired.
GENERAL OPERATIONS SCHEDULE
I Iowa City Municipal Airport
1801 South Riverside Drive
Iowa City, Iowa 52246
Phone: 319-356-5045
EFFECTIVE:
BASIS: Three (3) times per week on Tuesday, Thursday and Saturday.
AREA: To include lobby area, two (2) rest rooms, vending area, flight service
room, second floor meeting room, elevator and all designated outside
areas.
THREE TIMES PER WEEK
Dust mop and damp mop hard surface floors.
Remove all debris from carpets.
Vacuum all areas accessible to the carpet vacuum. Including underneath chairs and trash
receptacles.
Spot clean carpets to remove soiled spots.
Completely cleaned and dried, and shall present a uniform appearance free of all dirt,
grime, smudges, stains, streaks, and foreign substances from glass doors, partitions and
panels.
Empty all trash receptacles and dispose in proper receptacles provided by building.
Any substances shall be washed out and dried before new liners are installed
Dust and spot clean all window frames below six (6) feet.
Spot clean windows of arty substances discovered on interior windows.
Clean stairs and stairways, including landings and handrails.
Clean drinkingfountains.
Remove litter and debris located in the parking lot, driveways, shrub beds, entrances,
stairways, and patios. All litter and debris shall be placed into the dumpster/container
located in the exterior trash enclosure.
Sweep entryways, walkways and stairs.
Clean handrails.
Empty, clean and replace liners in exterior trash receptacles.
Sweep, remove foreign debris and mop vending area.
BI-WEEKLY
Dust/polish the exterior surfaces of all clocks, lamps, televisions and video cassette
recorders.
Dust ledges, windowsills, air conditioner tops, shelves and other high surfaces.
Clean interior and exterior sides of the entrance glass, entrance doors, and adjacent
windows.
Iowa City Municipal Airport
General Operations Schedule
November 1, 2006
Page 2
WEEKLY
Remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, mold, and other
foreign substances from walls, wall cabinets and partitions.
Spot clean, including door glass, handles and frames to remove all dirt, cobwebs, mold
graffiti, grease, marks, stains, smears, and other foreign substances from doors, door
handles, and doorframes.
Furnishings shall be free of dust, particles, lint, litter, stains, smudges, fingerprints, gum,
tar, grease, marks, streaks, and foreign substances.
Wash front and rear entryways.
MONTHLY
Damp mop hard surface floors with approved neutral base cleaner and cool water after
the daily cleaning operation has been completed
Wipe down and remove all cobwebs and dirtfrom entryway covered ceiling.
QUARTERLY
Damp mop hard surface floors then spray bufffloor(s) with an approved floor wax and a
high-speed polisher with an abrasive pad after the daily cleaning operation has been
completed.
TWO TIMES PER YEAR
Thorough clean all interior and exterior windows, screens and venetian blinds.
THREE TIMES PER YEAR
Shampoo and extract carpet.
Dust and spot clean ceiling vents and light fixtures.
Notes the City Representative(s) of burned out light bulbs and missing or damaged
ceiling tiles.
ANNUALLY
Strip and wax floor(s) with an approved floor wax with entire room or corridor being
completed in one (1) operation.
Clean all ceiling vents and light fixtures.
EMERGENCY CUSTODIAL SERVICES
Cleaning up spills, leaks, floods, sickness, animal wastes, breakage, etc.
Iowa City Municipal Airport
General Operations Schedule
November 1, 2006
Page 3
REST ROOM OPERATION SCHEDULE
THREE TIMES PER WEEK
Clean and sanitize sinks, urinals, toilets and exposed plumbing.
Clear sink urinal and toilet stoppages.
Clean walls, partitions doorframes and door handles.
Sweep rest room floors.
Mop and sanitize rest room floors.
Empty and clean trash receptacles.
Replace liner in wastebaskets after they are dried out.
Empty sanitary napkin receptacles.
Clean mirrors and chrome, fittings.
Clean and refill all rest room dispensers.
ANNUALLY
Strip and seal floors.
Clean ceiling vents and light fixtures.
MIDWEST JANITORIAL SERVICE SUPERVISOR:
MID WEST JANITORIAL SERVICE SUPERVISOR PHONE: 319-338-9964
CUSTOMER EMERGENCYNAMESAND NUMBERS. (1)
(2) (3)
RFP tl07-31, Page 27 of 28
SECTION VI[. PRICING & COMPANY INFORMATION FORM
The pricing listed below shall include all labor, materials, equipment, travel, delivery, and shipping fees
for janitorial services. All quoted prices shall be designated F.O.B. City of Iowa City, 1801 S Riverside
Dr, Iowa City, IA 52240.
Monthly janitorial service cost
Total Price for the contract year
Written Total Price
Miscellaneous Fees:
$ 7,861.29
ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation
if your fum's pricing is calculated differently than stated above)
The undersigned bidder, having examined and determined the scope of this Request for Proposal, hereby
proposes to provide the required labor, services and equipment and to perform the work as described in
the bid documents. and to do all work at the prices set forth within.
The undersigned bidder certifies that this proposal is made in conformity with the Request for Proposal
and agrees that, in the event of any discrepancies or differences between any conditions of this proposal
and the Request for Proposal prepared by the City of Iowa City, the Request for Proposal shall prevail.
The undersigned bidder states that this bid is made in conformity with the specifications and
qualifications contained herein. In the event that there are any discrepancies or differences between any
conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City, the
City's Request for Proposal shall prevail.
The undersigned bidder certifies that this proposal is made in good faith and without collusion or
connection with any other person or persons bidding on the project
Name of Firm:
Authorized Representative:
Signature of Representative:
Title of Authorized Representative:
Address:
Midwest Janitorial Service, Inc.
Jim Raitora
0 erations M nager
1395 North Center Point Road
City/State/Zip: Hiawatha, IA 52233-1239
Nine Cents.
RFP ff07-31, Page 28 of 28
Phone Number: 800-249-6161
Fax Number: 319-393-9263
Website Address:
E-MailAddress: customerservice@midwestianitorial.com
Date Signed: 11-01-06
Addenda Form
The undersigned hereby acknowledges receipt of the following applicable addenda:
Addenda Number Date
•1
1
WELCOME NEW EMPLOYEE!
0 n behalf of your colleagues, I welcome you to Midwest
Janitorial Service, Inc. and wish you every success here.
We believe each employee contributes directly to MJS's growth
and success, and we hope you will take pride in being a member
of our team. This handbook was developed to include some of
the expectations of our employees and to outline the policies,
programs, and benefits available to eligible employees. Employees
should familiarize themselves with the contents of the handbook
as soon as possible. It will answer many questions about
employment with MIS.
We hope that your experience here will be challenging, enjoyable,
and rewarding. Again, welcome!
Sincerely,
Kimberly A. Hotchkiss
Vice President
1-800-249-6161 RW
customerservice@niidwestjanitorial.com
., . "Where Do I Work?" II�II
Mostof our employees work in commercial office buildings as general
cleaners, floor specialists, or building supervisors. You may work in one
account or a number of accounts depending on size and location.
Your assigned building can be changed at MJS discretion. As a new
employee you will receive training on our chemicals/equipment and on your
assigned account(s). Be sure to ask questions, your supervisor is there to
answer them.
Work schedules for employees vary
throughout our organization. Supervisors
Q will advise employees of their individual
work schedules. Staffing needs and
operational demands may necessitate
�• variations in starting and ending times, as
well as variations in the total hours that
maybe scheduled each day and week Each
employee has a mandatory paid 10 minute break after
4 hours of work After 7 hours of work each employee
has two paid ten minute breaks and one unpaid 30
minute lunch break The computer will automatically
deduct for this thirty minute break The lunch break is
mandatory. If you are scheduled in multiple buildings
in a given work day, the computer will figure no more
than 10 minutes between buildings at minimum wage.
If travel exceeds 10 minutes you must contact Cindy
Wellman at 1-800-249-6161.
CHECK -IN TIMES
Each employee needs to talk directly with his/her
supervisor daily during the following times. Calling
into the office is mandatory for all employees. "Check
in" times are between 4:00 p.m and 5:00 p.m. for all
second shift employees. 1st shift employees should
call in between 5:30 - 7:00 a m , 3rd shift employees
need to call by 8:00 p.m.
All employees are paid by a telephone timekeeping
system. It is mandatory you punch In when you arrive
and punch out when you leave. The phone number to
call is 1-888-214-5739 (outside Cedar Rapids Area),
319-395-6668 or 319-395-6669 (Cedar Rapids).
The computer will ask for your "employee pin #"
this is the last four digits of your SSN. Next the
computer will ask for a "job pin" #. Your supervisor
will supply this number. Each job site has its own
number. Do not hang up until the computer says
Ugoodbye".
It is important you punch in and out from the
buildings on an assigned phone and not from any
other location. Anyone punching in/out from an
unauthorized phone number will not be paid. You
are not to use a cell phone to punch in/out. All calls
are verified by a caller id system Anyone forgetting
to punch in/out needs to contact the office within
24 hours. in
divlduals forgetting to hunch in/out may
have to wait lip to 2 pay periods for payment while
hours are verified and submitted to corporate
Employees who repeatedly forget will be subject to
disciplinary action and/or termination.
PERSONAL
PROTECTIVE EQUIPMENT
Most of the chemicals we use
are not harmful and are of no
risk to you but there are a few
that require you to use PPE.
(Personal Protective Equipment)
A list of these chemicals are below as well as on
BLOODBORNE PATHOGENS
& INFECTIOUS MATERIAL
All MIS employees will be trained on how
to handle blood and infectious material.
Only individuals placed in medical
facilities are required by law to complete
training, but with the possibility of
substitutions and reassignments, we at MJS
find it is in the best interest of our employees
to certify everyone.
Employees assigned to dentists, physicians,
medical labs, nursing homes, hospitals,
clinics or any other facility where you could
come into contact with human blood or other
your MSDS. It is very important that you follow all potentially infectious material may request
safety procedures listed. Failure to use PPE or a hepatitis shot. You can request a
violation of any safety policy is grounds for vaccination at anytime during your
Imediate termination. If your PPE becomes employment at the facility.
maged please notify your supervisor or branch
office for a replacement. Questions or concerns can MIS does not handle or remove anything
be directed to Kimberly Hotchkiss at 319-393-6162 "Bio-Hazardous" or "Contaminated" for
or at customerservice@midwestjanitorial.com. any reason. (No red bag bio-hazards)
:{61kyi a
Below is a list of chemicals you will have in your accounts. MSDS sheets listing PPE is in every
closet. If you do not have MSDS or any become damaged, please contact the corporate office at
1-800-249-6161 to order or you can notify your supervisor. Floor specialists and some industrial
accounts have separate MSDS and chemicals that will be addressed in your training class.
Glance RTU: Glass /general cleaning
Shine Up: Wood polish
NABC: Restroom cleaner
M95: Acid bowl cleaner (gloves and safety glasses required)
Comet: Restroom cleaner
Ibneo: Stainless steel cleaner
eila Shine: Stainless steel cleaner/polish
Ume Away: Restroom fixtures (gloves required)
Tilex: Shower cleaner (gloves and safety glasses required)
Good Sense: Air Freshner
CrewTub &Tile: Shower cleaner (gloves and safety glasses required)
Consume: Drain cleaner (gloves and safety glasses required)
Damp Mop: Floor Cleaner
Stride: Floor Cleaner
GP Forward: Floor Cleaner
UHS: Floor Cleaner (gloves and safety glasses required)
G P Carpet Spotter: Floor Cleaner
Spit Fire: Grease/Oil Cleaner (gloves required)
Theft or inappropriate removal or possession of
property.
Falsification of timekeeping records.
working under the influence of drugs or alcohol.
Possession, distribution, sale, transfer, or use of
alcohol or illegal drugs in the workplace, while on
duty, or while operating employer -owned vehicles or
equipment.
Fighting or threatening violence in the workplace.
Boisterous or disruptive activity in the workplace.
Negligence leading to damage of employer -owned
or customer -owned property.
Insubordination or other disrespectful behavior.
Smoking in prohibited areas or excessively.
Excessive absences without notice.
Unauthorized absences from work area during
assigned hours.
Violation of personnel policies
Unsatisfactory performance/conduct.
Building Rules
Do not publicize the news that you have keys to a
building or what you do there or what you see there.
Do not take children, friends, or relatives to work
with you.
Do not explore contents of desks, drawers, files etc.
while cleaning.
Do not read patient or client files or paperwork -as
we are cleaning we protect the confidentiality of the
patients and clients.
0 Do not move, shuffle or read papers or other printed
matter left on a desktop. (any snooping is cause for
immediate dismissal.) Do not dispose of any items
not clearly marked trash.
♦ Do not smoke, eat, or drink while you are working.
Smoking is not allowed at any account, unless the
account is assigned 4 hours or more. Employees are
allowed 1 smoke break for every 4 hours of work.
Smoking is allowed only in designated areas. If the
account is a Smoke -Free environment, NO
SMOMG IS ALLOWED AT ANY TIME.
♦ Do not get involved in conversation with employe
regarding the duties you are scheduled to perform.
If you are requested to do something not on your
schedule by someone of authority, do it and then
tell your supervisor.
♦ Do not use electrical appliances such as radios, TVs,
air conditioners.
♦ Do not use or touch computers - includes checking
your personal e-mail.
♦ Do not leave exit doors unlocked after you enter or
leave a building.
♦ Immediately report breakage or other damage at
your account to your supervisor.
♦ Negligent damage by custodian will be charged back
to that custodian.
♦ Do not open doors for anyone. Authorized parties
should have keys.
♦ Do not use telephones when working except to
punch in/out, to reach your supervisor or in an
emergency situation.
Employment with KJS is at the mutu;11-1
consent of MJS and the employee, eithe
party can terminate that relationship at
anytime.
at and vehicles essential in accomplishing job duties are expensive and maybe difficult to
When using property, employees are expected to exercise care, perform required
nce, and follow all operating instructions, safety standards, and guidelines.
Please notify the supervisor if any equipment, machines, tools or vehicles appear to be damaged,
defective, or in need of repair. Prompt reporting of damages, defects and the need for repairs could
prevent deterioration of equipment and possible injury to employees or others. The supervisor
can answer any questions about an employee's responsibility for maintenance and care of equipment
or vehicles used on the job.
Supply closets are to be regarded as part of the building to be cleaned and should be kept in a neat
presentable appearance. To help keep things orderly, do not order more than two weeks worth of
supplies. You must return all empty containers, dustmops, mop heads etc. on payday to receive
replacements. Dust mops should be hung on nails or hangers where provided. In any case they
should be placed face outward from the surface that they are hung on or leaned against. Wet mops
should be draped neatly across mop bucket wringers to allow any drainage to get into the bucket
rather than down the wall or floor. Buffing machines, vacuums, & buckets should be kept in a clean
and presentable fashion. For example, vacuum cleaners should have cords wrapped up right and
the bag should be emptied at least one time a week.
The improper careless, negligent, destructive, or unsafe use or operation of equipment can result in
disciplinary action, up to & including termination and repair costs covered by that employee.
All employees are issued uniforms and security badges. All uniforms are wash and wear and can be
laundered with the rest of your clothes.
For each uniform issued the company's charges &refunds are as follows:
It-T-shirt Charge: $12.00 -Aron/smock Charge:$12.00
Refund: $10.00 Refund:$10.00
- Blue work shirt Charge: $25.00 -polo shirt Charge: $25.00
Refund: $23.00 Refund: $22.00
Uniforms are to be kept neat and clean. Uniforms are to be worn at all times. Only one warning for
non-compliance will be given. You must wear full covered shoes, (no sandals), shorts are permitted in
some accounts (must be hemmed and of walking short quality). No gym shorts or sweat pants of any
nature.
Security badges will be issued and must be worn at all times. Replacement badges are $5.00 each.
Admittance to job site will be refused if policy is ignored
Key
Policies
®Aft
1
ATTENDANCE&
PUNCUALITY
To maintain a safe and productive environment,
MJS expects employees to be reliable and punctual
in reporting for scheduled work. Absenteeism and
tardiness place a burden on other employees and
on MJS. In the rare instances when employees can
not avoid being late to work or unable to work as
scheduled, they should notify thew supervisor as
soon as possible. In the case of illness all employees
must call in at least G hours before their assigned
work time. Poor attendance and excessive tardiness
are disruptive. If you are off more than 2 clays a
doctor's excuse is required to return to work.
♦ s ARAISES
Raises are submitted by � our immediate
superVisor for approval by first the Br h
Manager and finally by a Vice-Presidento
pap increases will be ON -en \Without
authorization from a Vice -President. Pay
raises are determined by underlying
customer contracts and not seniority.
In order to provide equal employment and
advancement opportunities to all individuals,
employment decisions at MJS will be based on merit,
qualifications, and abilities. bUS does not discriminate in employment
opportunities or practices on the basis of race, color, religion, sex, national
origin, age, disability, or any other characteristic protected by law.
MJS will make reasonable accommodations for qualified individuals with
known disabilities unless doing so would result in an undue hardship.
This policy governs all aspect of employment including selection, job
assignment, compensation, discipline, termination, and access to benefits
and training.
Sexual Harassment is reprehensible and will not be tolerated by MJS. We
place a great deal of emphasis on working together as part of a team.
We believe that a harmonious business relationship between
management, employees, customers, and co-workers will enhance
productivity. Relationships involving sexual harassment or discrimination
have no place within our organization. This relationship includes
management, all MJS employees, customers, and any individual one may
encounter on our premise or at a work site.
All employees with questions or concems about any type of discrimination
or any unfair treatment in the workplace are to bring these issues to
-:the attention of their immediate supervisor. If the issue is not resolved
in a satisfactory manner or the individual does not feel it would be of
k fit they can report the issue to their branch manager. If the issues
a_ hot resolved satisfactorily after taking these steps, please notify
Khriberlyllotchkdss at319393-6162 or cvstomerservice@midwesljanitorialcom
All reports will be investigated.
Theft Policy
1. Any employee suspected of theft, will be temporarily laid off
until the suspicion is cleared up.
2. Any employee caught stealing will be immediately discharged &
charges will be directed to the local police.
3. MJS reserves the right to check any possible hiding place for
contraband if suspicion warrants.
4. Any MJS employee with information leading to a theft arrest will
receive $ 50. All info is kept confidential.
Alarm Policy
For any security alarms set off that are from your error, you will pay
the charge. The charge will automatically be deducted from your
payroll check at the end of the pay period.
These charges can range from $10 to $100 each time depending on
w many times at that location the alarm has previously been set
'\-1.
After three (3) incidents you will be terminated if they fall within a
one-year period.
Nature of Employment _
Employment with MJS is voluntarily
entered into, and the employee is free to
resign at anytime, with or without cause.
Similarly, MJS may terminate employment
at will at anytime with or without notice
or cause, so long as there is no violation
of law.
Policies set forth in this handbook are not
intended to create a contract of
employment between MJS and any of its
employees. The provisions of this
handbook have been developed at the
discretion of management and, except for
its policy of employment may be amended
or cancelled at anytime, at MJS's sole
discretion.
Personnel Data Changes
It is the responsibility of each employee
to promptly notify MJS of any changes in
personnel data. Personal mailing address,
telephone numbers, name and numbers
of dependents, individuals to be
contacted in the event of an emergency,
educational accomplishments and other
such status reports should be accurate
and current at all times. If personnel data
has changed, notify the office manager.
Employment Applications
MJS relies upon the accuracy of
information contained in the employment
application, as well as the accuracy of
other data presented throughout the
hiring process and employment. Any
misrepresentations, falsifications or
material omissions in any of this
information or data may result in MJS's
exclusion of the individual from further
consideration for employment or, if the
person has been hired, termination of
employment.
\ 1
Employee vacation and
holidays are determined by
underlying customer
contracts. Not all buildings
pay vacation & holidays. If the building provides
vacation it will be passed to you: Employees are
eligible after one year of continuous employment
in the building providing vacation benefits. If the
building provides holiday pay you will receive this
after 90 days of continuous working in that
building and must work the day before and the
day after to receive holiday pay. Check with your
branch manager to see if your building provides
vacation or holiday benefits.
MJS offers all employees the
opportunity to join our 401K
program. You can join after
6 months of continuous
employment in the months
of January and June. All
deductions are pretax. MJS
contributes a discretionary
amount every year. For more
information contact Kim
Hotchkiss at 1-800-249-6161.
1 ee14100
`�
SUGGESTION
' �` BOXES
Each branch has a suggestion box SubnO
myour ideas to improve MJS and the service
we provide. If MJS implements your idea
you get $ 50.00.
EMPLOYEE OF
THE MONTH
Every employee of MJS has the opportunity
to be nominated for employee of the month.
If you're chosen you will receive a
certificate, have your picture taken for the
newsletter and get a bonus check of $25.00.
Employees of the month are chosen based
on quality, longevity, reliability, and
willingness to go the "Extra Mile".
The MJS Gold Coin program is a reward Q
recognition program for all employees. You can
earn Gold Coins for length of service, customer
compliments, and going beyond the call of duty, to
name a few. The coins can be turned in for a vast
array of gift certificates.
ITALIAN RESTAURANT
5 Coins
2 Coins
For more details or complete list of certificates,
please contact your supervisor.
♦ 9 •9
• � fftt
•
a�+ H! �{
14
s
•
s+
•
�
•i
�� �
��
a0.
R �1iL[
,i
4 •
�
,R
i�IC ''y.
11
■■i
1 I
a9a _CpB Caii[diGl•Ce ,,�`';{y ® u=� 1 v.S COVSI�
��JJ
AIRPORT BACKGROUND
The Iowa City Municipal Airport is located approximately 2 miles southwest of
downtown Iowa City. The immediate controlling responsibility for the Iowa City
municipal Airport is given to the Iowa City Airport Commission. The Airport
Commission consists of five voting members, who are directly responsible for the
planning, operation, and budget of the Iowa City municipal Airport. The Commission
works collaboratively with Iowa City elected officials and city staff to ensure safe,
efficient, and effective use of the airport to support Iowa City and the surrounding area.
The Iowa City Municipal Airport is one of the busiest general aviation airports in the
Iowa with approximately 20,000 operations annually. It is currently home to
approximately 78 based aircraft located in 60 T-Hangars, and six corporate hangars.
These aircraft are used for charter flights, corporate activity supporting local business,
flight instruction, rental, pleasure, and charity purposes. Additionally, thousands of
flights in and out of the airport support important community activities such as organ
transplant at The University of Iowa Hospital and Clinics and economic development.
Existing airport facilities include 2 runways, the terminal building, a maintenance facility,
hangars and aircraft fueling facilities, aircraft parking, tie down apron and vehicle
parking area. The two runways are 150 feet wide and have lengths of 3900 feet and 4355
feet. The airport terminal building, built in 1951, includes a pilot's lounge with wireless
internet access, a weather briefing room, a lobby, a classroom, vending machines, and
administration facilities for airport management and a fixed based operator. The airport
has a rotating beacon and lighted wind indicator. The airport is equipped with a remote
communications outlet (RCO) and Automated Surface Observation System (ASOS).
The airport has been an important element in the Iowa City community since 1918 and in
1944 was placed under the control of the Iowa City Airport Commission by public vote.
Since that time the airport has remained under the governance of the Airport commission
with fiscal support from the City of Iowa City. The airport is included in the National
Plan of Integrated Airport Systems (NPIAS). The NPIAS identifies the Iowa City
Municipal Airport as a general aviation airport. As a designated NPIAS airport, the
federal government currently provides funding annually for eligible capital improvement
projects at the airport. The State Aviation System Plan identifies the Iowa City
Municipal Airport as an Enhanced Service Airport. Enhanced Service airports are
classified as airports which serve nearly all general aviation aircraft and are economic
and transportation centers for the state.
Several businesses and University of Iowa enterprises are stationed at the airport. Jet Air.
Inc. is the fixed base operator offering charter flights, flight instruction, aircraft sales,
rental and service, fuel, and sale of aviation related merchandise. Jet Air has recently
exercised its first option to remain the fixed based operator at Iowa City for another 5
years. Hertz Corporation serves local visitors and the surrounding area with rental cars
available directly at the airport. Numerous faculty at the University of Iowa's College of
Iowa City Municipal Airport — Annual Report 2006 Page 2
h
Engineering use the airport for activities such as federally funded research on aviation
technology and atmospheric weather phenomena.
AIRPORT VISION STATEMENT
"The Iowa City Municipal Airport, through the direction of the Airport Commission, will
provide a safe, cost-effective general aviation airport that creates and enriches economic,
educational, healthcare, cultural, and recreational opportunities for the greater Iowa City
area.,,
AIRPORT MISSION STATEMENT
"The mission of the Iowa City Municipal Airport is to support the strategic goals of the
City of Iowa City and meet the needs of stakeholders."
2006 AIRPORT ACTIVITES
The Airport is emerging from its transition to operating without a full time airport
manager. The Airport Commission has created and filled the position of Operations
Specialist to aid in the daily management of airport facilities and goals. The Operations
Specialist also aids the Commission in the planning process for airport repairs,
construction, and budgetary needs. This management model will be the model used for
management of the Iowa City Municipal Airport in future years of airport operation.
The Airport Commission continues its focus on meeting goals it laid out in its 2004
Strategic Plan, some of which will be mentioned in this report. The airport, through city
staff, continues to seek a purchaser of land available in the North Airport Commerce
Park. Funds received from the sale of this land are to be used to pay off City incurred
debt for airport construction costs.
The Airport Operations Specialist and Commission Chairperson meet frequently with
City department heads to discuss the airports needs and to maintain clear communication
channels with other City projects occurring near the airport.
The Airport Commission continues to focus on efforts to maintain efficient operational
costs; it is also focused on new business development on the airport. Hertz Corporation
has been in operation for nearly a year, and is located next to the airport terminal
building. Business such as this, increase the traffic volume and awareness of the Iowa
City Municipal Airport.
In a continuing effort to develop the relationship with the community, numerous
community events are held at the airport. Examples include the annual SERTOMA Fly -
in pancake breakfast and show held August 27, 2006 which served around 1800
breakfasts in inclement weather. The Eastern Iowa Big Kids Toy Show was held on May
20 and 21 and raised money for an aviation wing at the Iowa Children's Museum. The
Iowa City Municipal Airport — Annual Report 2006 Page 3
Iowa City Aerohawks held their annual winter radio controlled aircraft swap meet which
is one of the largest meets Iowa.
BUDGET
The Iowa City Municipal Airport's budgetary situation has been improved as a result of
continued vigilance in maintaining efficient operations and a focus on collection of
delinquent accounts. Delinquent accounts which have been brought current have brought
back nearly $10,000 in revenue past due. Increased traffic at the airport has also
brought with it increased fuel sales. This has increased the income from fuel flowage
fees from $15,462.70 in Fiscal Year 2005 to $22,059.70 in Fiscal Year 2006. The airport
was also aided in 2006 by an exceptional fanning season which produced higher than
normal farm yields and accounted for $23,537.04 in revenues from the lease farming
operations. The Overall Budget Numbers show the Airport had $399,969.16 in revenues
in FY 2006, an increase of over $60,000 from 2005. Expenses from FY 2006 were
$300,543.88 and were down from $339,699.57 recorded in FY 2005. The General Levy
fund remained the same from 2005 to 2006 at $112,000 this enabled the Airport to begin
building a phased schedule approach to Airport repairs and rehabilitation.
AIRPORT PROJECTS
Numerous projects have been accomplished at the Iowa City Municipal Airport which
not only enhance the safety of our users, but help to increase the appeal of the airport to
the general public. The most significant project underway is the Runway 7-25 extension
which is being fanded at a 95% rate by the FAA. This extension will add 800 feet of
pavement west of the current runway and will give an overall total length of 5015 feet for
landing aircraft. Grading for the project began late in summer and is currently on hold
pending the winter season. This will be completed as soon as weather permits in the
spring.
Runway 18-36 was closed as planned to enable the extension of Mormon Trek Boulevard
to Riverside Drive. This road will serve as an arterial road and will potentially create
some revenue opportunities for land at the South end of the Airport. Mormon Trek also
required the realignment of the ASOS weather equipment with the center of the airport to
better reflect the weather occurring at the airport.
Rehabilitation of existing hangar facilities consisted of retrofitting Buildings B and C
with full concrete floors and repairing the roofs which had been leaking. This makes
these hangars more valuable and also current facility life to be extended into the distant
future. Building A is scheduled for Rehabilitation in early spring of 2007.
Taxi lane repair around the North Tee Hangars is visible from Riverside Drive. This area
had contained asphalt that had reached a state of disrepair that areas had become gravel
and posed a severe risk to aircraft operating in and around the Tee Hangars. The new
asphalt with additional drainage work will provide a much safer area for aircraft to
Iowa City Municipal Airport — Annual Report 2006 Page 4
startup and taxi for takeoff, or to utilize the self fueling facilities. These areas also
increase the visual appeal of the airport as seen from Riverside Drive.
The Airport Viewing Area received final approval from the FAA and has begun to take
shape north of the Terminal building. As part of this, perimeter fencing was replaced
from the current 4 foot fence to a vinyl coated 6 foot fence. The fence was installed
along with the rehabilitated parking lot to provide a safe area for the public to enjoy
watching aircraft utilizing the Iowa City Municipal Airport facilities. The Airport
Commission continues its efforts to fill the Viewing Area with aviation themed
equipment.
FUTURE AIRPORT ACTIVITIES/PROJECTS
The Iowa City Municipal Airport continues to plan for the future. Grants have been
awarded by the Iowa Department of Transportation to cover 85% of the Building A
rehabilitation costs. This will include the retrofitting of the building with concrete floors
and replacing the walk-in doors which are currently in need. A second grant awarded to
the Airport will cover 70% of the costs to rehabilitate the South Taxiway and Taxi lanes
surrounded the Building G. Building G holds the 4 corporate hangars and shares its Taxi
lane with The University of Iowa's research hangar.
Continued focus on the Runway 7-25 extension with emphasis finishing the grading work
and obtaining funds for the final phase pavement and lighting phase of this project are
underway with target dates of late summer 2007 for pavement construction. During the
pavement construction the airport will be open with one runway (12-30) in operation.
The Iowa Department of Transportation has entered into a wildlife study relating to
wildlife hazards and airports and the Iowa City Municipal Airport will be among the first
batch of study candidates. This study will take a look at ways the airport can mitigate
wildlife hazards such as birds and deer that currently can stray onto airport grounds.
Enhanced Global Positioning System (GPS) approaches are scheduled for Iowa City in
line with the opening of the new runway. These approaches utilize the Wide Area
Augmentation System (WARS) and will allow for more precise approaches by aircraft
with these technologies resulting in lower weather operating minimums.
An economic study is underway for the future airport needs relating to land and hangar
space. This study will project the future airport needs regarding its land and what may
potentially be available for either revenue generating ventures or as excess land which the
airport may release back into the taxable land base by selling.
The Airport Commission will continue to maintain and strengthen its relationship with
City Council, staff, and the surrounding community by maintain a focus on the mutual
goals for the Iowa City Municipal Airport.
Iowa City Municipal Airport — Annual Report 2006 Page 5
Airport Staff
Michael Tharp, C.M., Operations Specialist
Airport Commission
Randall Hartwig, Chairperson
Greg Farris, Secretary
Howard Horan
John Staley
Janelle Rettig
Respectfully Submitted,
Randall Hartwig, Chairman
Iowa City Airport Commission
Iowa City Municipal Airport — Annual Report 2006 Page 6
Monthly Expense Report - November '06
Check Requests During Month
Approved
Check Requests
1I/l/2006 Jet Air Inc (Management Services)
11/7/2006 Commercial Towel Service (Cleaning Services)
11/7/2006 Kelly Heating & Air (Bldg F heater)
11/13/2006 CJ Moyna & Sons (Grading Contract) Req. #6
11/13/2006 Iowa Public Airports Association (2007 dues)
11/15/2006 Business & Commercial Aviation (2-yr Subscription)
11/20/2006 Midwest Janitorial Service (Cleaning Services)
11/20/2006 LL Pelling Co Req #2(North Taxilane/Parking Lot)
11/27/2006 Earth Tech Inc (South Econ Study & ALP Update)
11/27/2006 Earth Tech Inc (Obstruction Survey FAA -13 Grant)
11/27/2006 Earth Tech Inc (Runway 7-25 Grading)
11/30/2006 CJ Moyna & Sons (Grading Contract) Req. #7
Capital Projects
Pending Expenses
Airport Operating Expenses
City CIP Fund Expenses
Total Expenses
Construction Contracts
Runway 7 Grading
North T-Hangar Taxilanes
Terminal Parking Lot
South Economic Study - ALP Update
Total Pending Expenses
Airport Budget
$1,500.00
$58.96
$90.00
City Budget
$45,258.40
$150.00
$92.00
$188.70
$24,546.78
$119,226.33
$1,353.45
$1,421.75
$15,976.11
$49,049.83
$26,626.44
$232,285.87
$258,912.31
Bid Amount_ Paid During Month Paid During Year
$950,154.00
$94,308.23
$515,544.24
$165,010.72
$127,274.66
$160,150.66
$21,689.49
$16,498.45
$21,038.54
$15,000.00
$1,353.45
$5.727.89
$0.00 $0.00
'aid To Date % Paid
$515.544.24
54.3
$160,150.66
97.1
$21,038.54
97.0
$5.727.89
38.2
REVS: 12,06.06 11:25:16
Iowa City General Ledger System
Budget to Actuals Revenues Summary
FY 2007 Revenue Reporting
For the period 11.01.06 to 11.30.06
Estimated
Account Revenue
------------------------ ---------------
7600 Airport
560100 Airport Operations
MISCELLANEOUS REV.
369100 Reimb of expenses
Total MISCELLANEOUS REV.
USE OF MONEY & PROP.
381100 Interest on Investments
382100 Land Rental
382200 Building/Room Rental
384200 Vending Machine Comm
384900 Other Commissions
Total USE OF MONEY & PROP.
OTHER FINANCING SOURCES
393120 General Levy
Total OTHER FINANCING SOURCES
Total Airport Operations
Total Airport
ttt GRAND TOTAL ttt
Page: 1
YTD Period
Revenue Revenue Remainder &
------------ ------------ ------------ ------
220.00
30.00
190.00
13.64
------------ ------------
220.00
------------
30.00
------------
190.00
------
13.64
800.00
304.87
495.13
38.11
37085.00
10745.40
470.58
26339.60
28.98
174629.00
72855.00
14283.00
101774.00
41.72
132.30
10.80
-132.30
15000.00
8920.50
2052.40
6079.50
59.47
------------------------
227514.00
------------
92958.07
------------
16816.78
134555.93
------
40.86
109000.00
45416.65
9083.33
63583.35
41.67
------------ ------------
109000.00
---
45416.65
---------•---------
9083.33
63583.35
------
41.67
------------ -----------
336734.00
------------
138404.72
------------
25900.11
198329.28
------
41.10
------------------------
336734.00
------------
138404.72
------------
25900.11
198329.28
------
41.10
------------ ------------
336734.00
------------------------
------------------------
-----------
138404,72
------------
------------
------------
25900.11
------------
------------
198329.28
------
41.10
------
------
EXPE: 12.06.06 11:25:10 Page: 1
Iowa City General Ledger System
Budget to Actuals expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD Period
Account Appropriated Expenditures Expenditures Encumbrance Balance 1 Used
7600 Airport
560100 Airport Operations
PERSONNEL
411000 Perm Full Time
412000 Perm Part Time
413000 Temporary Employees
414100 Overtime Wages
414500 Longevity Pay
421100 Health Insurance
421200 Dental Insurance
421300 Life Insurance
421400 Disability Insurance
421500 Unemployment Compensation
422100 Fica
423100 Ipers
424500 Monthly Cellular/PCS
Total PERSONNEL
SERVICES
431080 Recording Fees
432020 Annual Audit
432060 Consultant Services
432070 Management Services
433020 Local Phone Service
433030 Long Distance Service
435060 Legal Publications
436030 Transportation
436050 Registration
436060 Lodging
436070 Misc Travel
436080 Meals
437010 Comp Liability Ins
437020 Fire & Casualty Ins
437030 Worker's Comp Ins
437200 Loss Reserve Payment
36197.00
15284.52
2784.00
20912.48
42.23
20935.00
9352.06
1688.88
11582.94
44.67
4426.00
445.00
-4426.00
313.20
-313.20
1050.00
1050.00
1050.00
100.00
11218.00
2754.60
550.92
8463.40
24.56
461.00
186.70
37.34
274.30
40.50
182.00
177.35
4.65
97.45
423.00
108.D0
21.72
315.00
25.53
8544.00
8544.00
4983.00
2280.94
447.22
2702.06
45.77
3745.00
1586.79
344.60
2158.21
42.37
125.00
25.00
-125.00
--------------------
87738.00
------------
37645.16
------------
7394.68
------------
50092.84
------
42.91
7.00
7.00
138.00
138.00
12000.00
2259.00
9741.00
18.83
8000.00
7500.00
1500.00
500.00
93.75
37.11
-37.11
24.00
13.09
1.40
10.91
54.54
11.47
-11.47
650.00
332.20
317.80
51.11
775.00
200.00
575.00
25.81
875.00
1221.81
227.91
-346.81
139.64
40.00
-40:00
250.00
76.00
174.00
30.40
11936.00
7797.75
4138.25
65.33
15515.00
10831.93
4683.07
69.82
293.00
66.00
227.00
22.53
5000.00
5000.00
EXPE: 12,06.06 11:25:10
Account
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD Period
Appropriated Expenditures Expenditures
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
SERVICES (CONTINUED)
438010 Stormwater Utility Charges
438030 Electricity
438070 Heating Fuel/Gas
438080 Sewer Utility Charge
438090 Water Utility Charge
439030 Testing Services
439060 Other Prof Services
441010 Vehicle Repairs and Maintenance
442010 Bldg Rep & Maint
442020 Repair of Structure
442030 Repair of Heating Equip
442040 Repair of Cooling Equip
442060 Repair of Electric/Plmbg
442070 Bldg Pest Control
443010 Equip Rep & Maint
443050 Radio Equipment Rep
443060 Telecom Equip Rep
443070 Misc Comm Equip Rep
443080 Other Repair & Maint
445060 Laundry Service
445070 Equipment Service
445090 Hauling
445140 Outside Printing
445230 Technical Services
446100 City Attorney Chgbck
446130 ITS-PC/Peripheral Support
446140 ITS -Computer Replacement Chargeb
446150 ITS -Application Development Fees
446160 ITS-Network/Internet Charge
446200 Photocopying Chgback
446220 Phone Service - Department Charg
446300 Phone Equipment/Line Charge
Page: 2
Encumbrance Balance t Used
6512.00
2959.80
591.96
3552.20
45.45
15212.00
6057.72
1043.60
9154.28
39.82
5539.00
333.49
176.52
5205.51
6.02
1946.00
587.41
124.36
1358.59
30.19
1342.00
553.29
117.47
788.71
41.23
956.00
357.60
598.40
37.41
141.40
-141.40
1402.00
2173.01
2071.66
-771.01
154.99
3500.00
1629.81
174.60
1870.19
46.57
207.00
207.00
252.00
90.00
90.00
162.00
35.71
1175.58
-1175.58
30.00
97.97
-67.97
326.57
250.00
169.75
33.95
80.25
67.90
1236.64
-1236.64
100.00
100.00
1865.00
1788.00
77.00
95.87
6688.00
-6688.00
4074.00
4074.00
763.00
763.00
863.00
370.00
74.00
493.00
42.87
301.00
301.00
458.00
458.00
2465.00
1219.82
247.66
1245.18
49.49
3818.00
1670.05
2147.95
43.74
875.00
400.00
475.00
45.71
79.16
39.58
-79.16
600.00
600.00
510.00
270.00
30.00
240.00
52.94
192.00
153.36
28.08
38.64
79.88
484.00
240.60
48.12
243.40
49.71
963.00
325.00
65.00
638.00
33.75
EXPE: 12.06.06 11:25:10
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD
Period
Account
Appropriated Expenditures Expenditures
-------------------------------------------------------
7600 Airport (CONTINUED)
------------ ------------------------
560100 Airport
Operations (CONTINUED)
SERVICES
(CONTINUED)
446320
Mail Chargebacks
178.00 322.61
58.38
446350
City Vehicle Repl.
15098.00 5279.98
1001.30
449060
Dues & Memberships
385.00 150.00
150.00
449140
Tools & Equip. Rent.
500.00
449360
Interest Expense
48157.00 20065.55
4013.11
Total SERVICES
SUPPLIES
452010 Office Supplies
452030 Minor Off Equip/Furn
454020 Subscriptions
461040 Ag Chemicals
462020 Minor Sanitation Equip
462030 Sanit. & Ind. Supp.
465020 Gasoline
465050 Other Fuels
465060 Grease & Oil
465070 Other Lubricants
466020 Lumber/hardware
466040 Plumbing Supplies
466050 Electrical Supplies
466060 Bldg. & Improv. Mat.
467020 Minor Equip. Rep Mat
468020 Concrete
468030 Asphalt
468050 Sand
469040 Traffic Ctrl. Improv
469190 Tools & Minor Equip.
469210 First Aid/safety Sup
469320 Misc Supplies
Total SUPPLIES
Page: 3
Encumbrance Balance 1 Used
----------- ------------ ------
------------------------ ------------ ---
175260.00 86971.96 11908.66
-144.61 181.24
9818.02 34.97
235.00 38.96
500.00
28091.45 41.67
88288.04 49.62
112.00
480.68
-368.68
429.18
500.00
500.00
193.00
108.00
92.00
85.00
55.96
127.00
234.95
-107.95
185.00
1000.00
857.94
142.06
85.79
292.00
616.72
-324.72
211.21
38.00
38.00
2582.00
1659.62
68.83
922.38
64.28
12.90
12.90
-12.90
34.00
34.00
167.00
167.00
35.00
3.01
31.99
8.60
203.76
10.96
-203.76
1113.00
1113.00
21.00
21.00
144.00
-144.00
1830.00
246.01
1583.99
13.44
47.00
47.00
228.00
228.00
883.00
257.14
625.86
29.12
54.19
29.99
-54.39
477.00
477.00
------------------------
9679.00
------------
4879.12
------------
214.68
------ -----
4799.88
------
50.41
E%PE: 12,06.06 11:25:10
Account
---------------------------------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
CAPITAL OUTLAY
473010 Contracted Improv.
473020 Non -contracted Impr.
474420 Other Oper. Equip.
Total CAPITAL OUTLAY
OTHER FINANCIAL USES
490190 Interfund Transfers Out
Total OTHER FINANCIAL USES
Total Airport Operations
Total Airport
t++ GRAND TOTAL ++t
Iowa City General L der
System
Budget to Actuals Expe ditures Summary
FY 2007 Expense ',sporting
For the period 11.01.66 to 11.30.06
YTD Period
Appropriated Expenditures Expenditures Encumbrance
--------- ------------ ------------ ------------ ------------
20000.00 29086.87
12463.00 12958.00
99.98
------------------------
32463.00 42144.85
Page: 4
Balance t Used
--------- ------
24546.78-9086.87 145.43
-495.00 103.97
99.98 -99.98
-------- ------------------------ ------
24646.76-9681.85 129.82
Fu 43543.00
18142.35
3628.47
25400.65
41.67
---- -•
43543.00
-----------------
18142.35
- --- --------
3628.47
------------
25400.65
------
41.67
------------ ------------
348683.00
------------
189783.44
------------
47793.25
------------
158899.56
------
54.43
------------------------
348683.00
------------
189783.44
------------
47793.25
------------
158899.56
------
54.43
------------------------
348683.00
------------------------
------------------------
------------
189783.44
------------
------------
------------
47793.25
------------
------------
------------
158899.56
------------
------------
------
54.43
------
------
TRID: 12.06.06 11:28:13
Iowa City General Ledger System
Revenues Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Page: i
Trans Date Trans Type Report# Source Description Debit Credit
----------- ---------------------- ------------------------------------------- ------------------------
7600 Airport
560100 Airport Operations
382100 Land Rental
11.21.06 Payment 061121105228 00004093 1-19\IC COMM SCHOOL DIST\NOV 06\LAN 353.92
11.30.06 Journal 061206075725 005419 NOV SALVAGE BLDG\NOV SALVAGE/CARDBO 116.66
Total Land Rental
------------
------------
470.58
382200 Building/Room
Rental
11.01.06
Payment
061101092909
00004107
1-10\BRUMLEY JAMBS\NOV 06\RANGAR #
132.00
11.01.06
Payment
061101092909
00004127
1-4\BUTLER JOHN\NOV 06\HANGAR #36
153.00
11.01.06
Payment
061101092909
00004127
1-4\BUTLER JOHN\NOV 06\HANGAR #37
153.00
11.01.06
Payment
061101092909
00004131
1-6\SCAMEISER RUSS\NOV 06\HANGAR #
186.00
11.01.06
Payment
061101092909
00004165
1-12\POWERS ROBERT\NOV 06\HANGAR #
121.00
11.02.06
Payment
061102093910
00003798
1-15\ROOF, KBITH\OCT 06\HANGAR #32
464.00
11.02.06
Payment
061102093910
00004117
1-6\SCHNBLL TOM\NOV 06\HANGAR #4
121.00
11.02.06
Payment
061102093910
00004133
1-4\OCKENFBLS TRANSFER\NOV 06\HANGA
186.00
11.02.06
Payment
061102093910
00004163
1-12\JET AIR INC\NOV 06\BUILDINGS D
3500.00
11.02.06
Payment
061102093910
00004191
1-13\JBT AIR\NOV 06\HANGAR #60
158.50
11.03.06
Payment
061103092940
00004121
1-3\SHANKLIN DOUG\PAYMENT
153.00
11.03.06
Payment
061103092940
00004132
1-14\FISHBAUGH JUSTIN\NOV 06\RANGA
158.50
11.03.06
Payment
061103092940
00004136
1-7\ANDBRSON MARK\NOV 06\HANGAR 96
175.00
11.03.06
Payment
061103092940
00004158
1-13\SQUADRONS UP\NOV 06\HANGAR 053
153.00
11.06.06
Payment
061106095839
00004092
1-12\MILLER RICHARD\NOV 06\HANGAR
153.00
11.06.06
Payment
061106095839
00004116
1-4\RANGY CHARLBS\NOV 06\HANGAR #1
121.00
11.06.06
Payment
061106095839
00004118
1-7\BULLHRS JONATHAN\NOV 06\HANGAR
121.00
11.06.06
Payment
061106095B39
00004120
1.17\BULGERELLI DAVID\NOV 06\RANGA
132.00
11.06.06
Payment
061106095839
00004126
1.6\MASCARI RICK\NOV 06\HANGAR #30
132.00
11.06.06
Payment
061106095839
00004128
1-22\HARTWIG RANDY\NOV 06\HANGAR #
153.00
11.06.06
Payment
061106095839
00004164
1-20\MAKWELL G E RRZABEK J\NOV 06
158.50
11.06.06
Payment
061106095839
00004166
1-3\OPERATOR PERFORMANCE LAB\NOV 06
1330.00
11.06.06
Payment
061106095839
00004166
1-3\OPERATOR PERFORMANCE LAB\NOV 06
153.00
11.06.06
Payment
061106095839
00004177
1.8\MELLECKER EDWARD\NOV 06\HANGAR
132.00
11,06.06
Payment
061106095839
00004187
1.21\KLEIN DEREK\NOV 06\HANGAR # 1
132.00
11.06.06
Payment
061106095839
00004196
1-23\HERTZ CORPORATION\NOV 06\OFFIC
100.00
11.07.06
Payment
061107094155
00003523
1-18\GORDON DENNIS\SEPT 06\HANGAR
153.00
TRID: 12.06.06 11:28:13
Iowa City General Ledger System
Revenues Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Trans Date Trans Type Report# Source Description
----------------------------------------- -----------------------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
382200 Building/Room Rental (CONTINUED)
11,07.06 Payment 061107094155 00003765 1-19\CORDON DENNIS\OCT 06\HANGAR #
11.07.06 Payment 061107094155 00004119 1-17\HALL ROBERT\NOV 06\HANGAR #6
11,07.06 Payment 061107094155 00004139 1-16\ALLENDER PATRICK\NOV 06\HANGA
11.07.06 Payment 061107094155 00004161 1-9\GURNETT DON\NOV 06\HANGAR 034
11.07.06 Payment 061107094155 00004171 1-7\SINGLETARY ROBERT\NOV 06\HANGA
11.07.06 Payment 061107094155 00004176 1-5\KRUSE DAVE\NOV 06\HANGAR #18
11.07.06 Payment 061107094155 00004178 1-10\DOWNES & ASSOCIATES\NOV 06\HAN
11.08.06 Payment 061108092929 00004147 1-4\EDMONDS TERRY\NOV 06\HANGAR #5
11.09.06 Payment 061109093929 00004095 1-1\FIELD HOWARD\NOV 06\HANGAR #54
11.09.06 Payment 061109093929 00004134 1-8\LACINA DAVE\NOV 06\HANGAR #57
11.09.06 Payment 061109093929 00004170 1-3\STEARMAN\NOV 06\HANGAR #47
11.10.06 Payment 061113105601 00003779 9-1\TEARS& DAVID\OCT 06\HANGAR 941
11.14.06 Payment 061114095204 00003773 1-14\TUCKER JIM\OCT 06\RANGAR #38
11.14.06 Payment 061114095204 00004105 1-12\RUYLE JOHN\NOV 06\HANGAR #33
11.14.06 Payment 061114095204 00004122 1.15\HOLLY FORREST\NOV 06\HANGAR #
11.14.06 Payment 061114095204 00004144 1-9\ZUBROD ROY\NOV 06\HANGAR #20
11.14.06 Payment 061114095204 00004160 1-16\FLOOD BRYAN\NOV 06\HANGAR #19
11.14.06 Payment 061114095204 00004182 1.3\FLANAGAN JAMBS\NOV 06\HANGAR #
11.14.06 Payment 061114111800 00004188 9-1\VRANEK DOUGLAS\NOV 06\HANGAR #
11.15.06 Payment 061115102110 00004138 1-18\NE IA PHYS THBRPY ASSOC\NOV 06
11.15.06 Payment 061115102110 00004138 1-18\NE IA PHYS THBRPY ASSOC\NOV 06
11,15.06 Payment 061115102110 00004142 1-6\CHALKLEY BEN\NOV 06\HANGAR #14
11.15.06 Payment 061115102110 00004184 1.14\ALEXIS PARK INN & SUITES\NOV 0
11.16.06 Payment 061116105227 00003766 1-8\FULL JBRRY\OCT 06\HANGAR #45
11.16.06 Payment 061116105227 00004125 1-5\HALL DAN\NOV 06\HANGAR 927
11.16.06 Payment 061116105227 00004140 1-10\TRATCHEL JACK\NOV 06\HANGAR #
11.16.06 Payment 061116105227 00004162 1-7\ROOF, KEITH\NOV 06\HANGAR #32
11.16.06 Payment 061116105227 00004172 1-9\SAPPHIRE VISTAS LLC\NOV 06\HANG
11.22.06 Payment 061122094350 00004129 1-1\CORDON DBNNIS\NOV 06\HANGAR #4
11.28.06 Journal 061204161545 005371 9-1 Wiechert inv4379\MOVE PMTS FROM
11.30.06 Payment 061130092043 00004307 1-1\FIELD HOWARD\DEC 06\HANGAR 054
11,30.06 Payment 061130092043 00004319 1-2\BRUMLEY JAMBS\DRC 06\HANGAR #2
Page: 2
Debit Credit
153.00
121.00
153.00
310.00
121.00
132.00
153.00
195.00
153.00
180.50
153.00
153.00
153.00
358.00
132.00
132.00
132.00
132.00
121.00
180.50
158.50
132.00
121.00
186.00
132.00
132.00
464.00
132.00
306.00
132.00
153.00
132.00
TRID: 12.06.06 11:28:13 Page: 3
Iowa City General Ledger System
Revenues Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Trans Date Trans Type Report@ Source Description Debit Credit
---------------------------- -
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
382200 Building/Room Rental (CONTINUED)
------------ ------------
Total Building/Room Rental 14283.00
384200 Vending Machine Comm
11.22.06 Old Sys 061123010006 11223032\AMERICAN BOTTLING\VENDING 10.80
------------------------
Total Vending Machine Comm 10.80
384900 Other Commissions
11.15.06 Old Sys 061116010005 11153058\NEWTON HOME OIL\AVT GAS FL 550.00
11.15.06 Old Sys 061116010005 11153058\NEWTON HOME OIL\JET FUEL F 1502.40
------------------------
Total Other Commissions 2052.40
393120 General Levy
11,30.06 Journal 061204161545 005400 Airport Prop Tx Supp\Nov Budgeted T 9083.33
------------ ------------
Total General Levy 9083.33
------------ ------------
Total Airport Operations 25900.11
TRID: 12.06.06 11:28:13
Iowa City General Ledger System
Revenues Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Page: 4
Trans Date Trans Type Report# Source Description Debit Credit
----------- ---------- ------------ ------------------------------------------------------- ------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
Total Airport 25900.11
TRID: 12.06.06 11:28:13
Iowa City General Ledger System
Revenues Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30,06
Trans Date Trans Type Report# Source
----------------------------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
ttt GRAND TOTAL ttt
Page: 5
Description Debit Credit
------------
25900.11
TRID: 12.06.06 11:28:06
Trans Date Trans Type
----------- ----------
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11,01.06 to 11.30.06
Report# Source
7600 Airport
560100 Airport Operations
411000 Perm Full Time
11.09.06 Old Sys 061106152457
11.22.06 Old Sys 061120010005
Total Perm Full Time
412000 Perm Part Time
11.09.06 Old Sys
11.22.06 Old Sys
Total Perm Part Time
413000 Temporary Employees
11.09.06 Old Sys
11.22.06 Old Sys
Total Temporary Employees
414500 Longevity Pay
11.30.06 Old Sys
Total Longevity Pay
421100 Health Insurance
11.07.06 Journal
Total Health Insurance
421200 Dental Insurance
11.07.06 Journal
061106152457
061120010005
061106152457
061120010005
061114010006
Page: 1
Description Debit Credit
----------------------- ------------------------
469705\PAYROLL RECAP\PAYROLL 09-NOV
470552\PAYROLL RECAP\PAYROLL 22-NOV
469705\PAYROLL RECAP\PAYROLL 09-NOV
470552\PAYROLL RECAP\PAYROLL 22-NOV
469705\PAYROLL RECAP\PAYROLL 09-NOV
470552\PAYROLL RECAP\PAYROLL 22-NOV
1392.00
1392.00
-------------------
2784.00
848.16
840.72
------- .......
1688.88
400.00
45.00
----------- ------
445.00
470070\LONGEVITY PAYROLL\LONGEVITY 1050.00
------------ ------
1050.00
061204161545 005384 NOV BCBS\Nov health insurance old # 550.92
------------
550.92
061204161545 005392 NOV DELTA DENTAL\Nov dental insuran
Total Dental Insurance
421400 Disability Insurance
11.09.06 New Vouch 061110030005 06853583 Check:590156\ASSDRANT EMPLOYEE BENS
Total Disability Insurance
37.34
37.34
21.72
-----------------
21.72
TRID: 12.06.06 11:28:06
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11,01.06 to 11.30.06
Trans Date
Trans Type
Report@
Source Description
-----------
7600 Airport (CONTINUED)
--------
-
--------- --
----------- - - ---
560100 Airport Operations
(CONTINUED)
422100 Fica
11.09.06
Old
Sys
061106152457
11090599\FICA\CITY CONTRIBUTION
11.22.06
Old
Sys
061114010006
470479\FICA\CITY CONTRIBUTION
11.22.06
Old
Sys
061120010005
11220599\FICA\CITY CONTRIBUTION
Total Fica
423100 Ipers
11.09.06
Old
Sys
061106152457
470052\IPERS\CITY CONTRIBUTION
11.22.06
Old
Sys
061116010005
470547\IPERS\CITY CONTRIBUTION
11.22.06
Old
Sys
061120010005
470886\IPBRS\CITY CONTRIBUTION
Total Ipers
424500 Monthly Cellular/PCS
11.09.06 Old Sys 061106152457 469705\PAYROLL RECAP\PAYROLL 09-NOV
11.22.06 Old Sys 061120010005 470552\PAYROLL RECAP\PAYROLL 22-NOV
Total Monthly Cellular/PCS
432070 Management Services
11.06.06 New Vouch 061107030005 06853295 Check:589863\JET AIR INC\MANAGEMENT
Total Management Services
433030 Lang Distance Service
11,05.06 Journal 061206075725 005409 NOV LONG DIST. CHG\Monthly long dis
Total Long Distance Service
436060 Lodging
11.21.06 P-Card 061204085218
Total Lodging
438010 Stormwater Utility Charges
12.15.06 Journal 061204161545 005381
Total Stormwater Utility Charges
SHERATON HOTELS CONTIP\MICHAEL THAR
Debit
Page: 2
Credit
197.31
80.33
169.58
------------------------
447.22
152.53
60.38
131.69
------------------------
344.60
12.50
12.50
------------------------
25.00
1500.00
------------ -- ---------
1500.00
1.40
------------ ------------
1.40
227.91
------------------------
227.91
057-095-03\STORMWTR\11.15.06 Bill D 591.96
591.96
TRID: 12.06.06 11:28:07
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Trans Date Trans Type Report# Source Description Debit
--------------------------------------------------------------------- ------- ---------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
438030 Electricity
11.09.06 New Vouch
11.09.06 New Vouch
11.09.06 New Vouch
11.09.06 New Vouch
Total Electricity
438070 Heating Fuel/Gas
11.09.06 New Vouch
11.09.06 New Vouch
11.09.06 New Vouch
Total Heating Fuel/Gas
438080 Sewer Utility Charge
11.15.06 Journal
11.15.06 Journal
11.15.06 Journal
Total Sewer Utility Charge
438090 Water Utility Charge
11.15.06 Journal
11.15.06 Journal
11.15.06 Journal
11.15.06 Journal
Page: 3
Credit
061110030005 06853607 Check:590213\MIDAI1ERICAN ENERGY\ELE 143.20
061110030005 06853608 Check:590213\MIDAMERICAN ENERGY\ELE 45.54
061110030005 06853610 Check:590213\MIDAMERICAN ENERGY\ELE 750.24
061110030005 06853629 Check:590213\NIDAMERICAN ENERGY\ELE 104.62
------------ ------------
1043 .60
061110030005 06853609
Check:590213\MIDAMERICAN
ENERGY\GAS
80.62
061110030005 06853630
Check:590213\MIDAMERICAN
ENERGY\GAS
10.00
061110030005 06853640
Check:590212\MIDAMERICAN
ENBRGY\GAS
85.90
------------ ------
176.52
061204161545 005381 057-120-00\SEWER\11.15.06 Bill Date 74.64
061204161545 005381 057-117-00\SEWER\11.15.06 Bill Date 41.96
061204161545 005381 057-115-00\SEWER\11.15.06 Bill Date 7.76
------------
124.36
061204161545 005381 057-120-00\WATER\11.15.06 Bill Date
061204161545 005381 057-117-00\WATER\11.15.06 Bill Date
061204161545 005381 057-115-00\WATER\11.15.06 Bill Date
061204161545 005381 057-095-03\WATER\11.15.06 Bill Date
Total Water Utility Charge
441010 Vehicle Repairs and Maintenance (Equipm
11.30.06 Journal 061204161545 005388 NOV (DIVISION SRCV)\&quip svcs & fu
Total Vehicle Repairs and Maintenance (Equipmen
442010 Bldg Rep & Maint
11.01.06 New Vouch 061102030018 06853105 Check:589634\SCHINDLER ELEVATOR COR
59.03
33.32
16.47
8.65
------------ ------------
117.47
2071.66
2071.66
174.60
TRID: 12.06.06 11:28:07
Trans Date Trans Type
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
Total Bldg Rep & Naint
442030 Repair of Heating Equip
11.09.06 New Vouch
Total Repair of Heating Equip
442070 Bldg Pest Control
11.07.06 New Vouch
Total Bldg Pest Control
445070 Equipment Service
11.14.06 New Vouch
Total Equipment Service
445230 Technical Services
11.13.06 New Vouch
11.13.06 New Vouch
11,27.06 New Vouch
Page: 4
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Report# Source Description Debit Credit
--------- ------------------------------------------------------- ------------
061110030005 06853726 Check:590206\KELLY HEATING SERVICE
061108030021 06853489 Check:589852\HAWKEYE PEST CONTROL I
061115030006 06853931 Check:590276\ALLIED WASTE SERVICES\
061114030006 06853784 Check:590176\CTS TEXTILE LEASING\CL
061114030006 06853785 Check:590176\CTS TEXTILE LEASING\CL
061128030018 06854407 Check:591120\14IDNEST JANITORIAL SER
Total Technical Services
446140 ITS -Computer Replacement Chargeback
11.01.06 Journal 061204161545 005395 I.S.-REPLACE CHG\ITS Nov replacemen
------------------------
174.60
90.00
------------ ------------
90.00
33.95
------------ -- ---------
33.95
74.00
------------ ------------
74.00
29.48
29.48
188.70
------------------------
247.66
39.58
------------ ------------
Total ITS -Computer Replacement Chargeback 39.58
446160 ITS-Network/Internet Charge
11.01.06 Journal 061204161545 005396 ITS-NW/INTERNET CHG\Nov internet ch 30.00
------------------------
Total ITS-Network/Internet Charge 30.00
446200 Photocopying Chgback
11.30.06 Journal 061204161545 005389 OCT PHOTOCOPY\Monthly photocopy chg 28.08
Total Photocopying Chgback
------------------------
28 .08
TRID: 12.06.06 11:28:07
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Page: 5
Trans Date
-----------
Trans Type Report$ Source
------------------------------
Description
----------------------------------- ------------
Debit Credit
------------
7600 Airport (CONTINUED)
560100 Airport Operations
(CONTINUED)
446220 Phone Service
- Department Chargebacks
11.17.06
Journal 061204161545 005397
Qwest Monthly Charge\ITS phone chgb
------------
48.12
------------
Total Phone Service
- Department Chargebacks
48.12
446300 Phone Equipment/Line
Charge
11.05.06
Journal 061206075725 005409
NOV EQUIPMENT CHG\ITS monthly equip
65.00
Total Phone Equipment/Line Charge
446320 Mail Chargebacks
11.01.06 Journal 061204161545 005391 OCT POSTAL CHARGES\Monthly postal c
Total Mail Chargebacks
446350 City Vehicle Repl.
11.30.06 Journal
Total City Vehicle Repl.
449060 Dues & Memberships
11.17.06 New Vouch
Total Dues & Memberships
449360 Interest Expense
11.30.06 Journal
11.30.06 Journal
11.30.06 Journal
11.30.06 Journal
------------ ------------
65.00
58.38
------------------------
58.38
061204161545 005386 NOV (REPLACEMT COST)\Equip replacem 1001.30
------------------------
1001.30
061120030004 06854111 Check:590506\IOWA PUBLIC AIRPORTS A 150.00
-----------------------
150.00
061204161545 005402 Corp Hangar Loan Int\Nov Interfund
061204161545 005402 Airprt S-T Hangarint\Nov Interfund
061204161545 005402 Airprt SE Hangar Int\Nov Interfund
061204161545 005402 Airprt SW Hangar-Int\Nov Interfund
Total Interest Expense
454020 Subscriptions
11,17.06 New Vouch 061120030004 06854088 Check:590490\BUSINESS & COMMERCIAL
Total Subscriptions
1988.45
40.28
1017.02
967.36
------- ------------
4013.11
92.00
-------------------
92.00
TRID: 12.06.06 11:28:07
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Trans Date Trans Type Report@ Source
----------- ---------- -------------------
7600 Airport )CONTINUED)
560100 Airport Operations (CONTINUED)
465050 Other Fuels
Description Debit
----------------------- ---------
11.30.06 Journal 061204161545 005398 NOV (DIVISION FUEL)\Equip svcs & fu
Total Other Fuels
465060 Grease & Oil
11.21.06 P-Card
Total Grease & Oil
466050 Electrical Supplies
11.21.06 P-Card
Total Electrical Supplies
469210 First Aid/safety Sup
11.21.06 P-Card
68.83
68.83
Page: 6
Credit
061204085218 ORSCHELN IOWA CITY 90\GERRY HAEFRIN 12.90
------------------------
12.90
061204085218 HD CLINE COMPANY\GERRY %AEFRING 10.96
-----------------------
10.96
061204085218 ORSCHELN IOWA CITY 90\GERRY HAEFRIN 29.99
------------ ------------
Total First Aid/safety Sup 29.99
473010 Contracted Improv.
11.28.06 New Vouch 061129030004 06854467 Check:591110\L L PELLING COMPANY\NO 24546.78
------------ ------------
Total Contracted Improv. 24546.78
474420 Other Oper. Equip.
11.21.06 P-Card 061204085218
Total Other Oper, equip,
490190 Interfund Transfers Out-_ Fund
11.30.06 Journal 061204161545 005402
11.30.06 Journal 061204161545 005402
11.30.06 Journal 061204161545 005402
11.30.06 Journal 061204161545 005402
Total Interfund Transfers Out- Fund
ORSCHELN IOWA CITY 90\GERRY %AEFRIN 99.98
------------ ---- -------
99.98
Corp Hangar Loan Prn\Nov Interfund
Airprt S-T HangarPrn\Nov Interfund
Airprt SE Hangar Prn\Nov Interfund
Airprt SW Hangar-Prn\Nov Interfund
1011.55
1841.30
312.98
462.64
3628.47
Total Airport Operations 47793.25
TRID: 12.06.06 11:28:07
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Trans Date Trans Type Report# Source Description
--------------------- -------------------- ------------------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
490190 Interfund Transfers Out-_ Fund (CON
Total Airport
Page: 7
Debit Credit
------------ ------------
47793.25
TRID: 12.06.06 11:28:07
Iowa City General Ledger System
Expenditures Detail
FY 2007 Detail Reporting
For the period 11.01.06 to 11.30.06
Trans Date Trans Type Report# Source Description
----------- ---------- ------------ -------- ------------------------
7600 Airport (CONTINUED)
560100 Airport Operations (CONTINUED)
490190 Interfund Transfers Out-_ Fund (CON
ttt GRAND TOTAL ttt
Page: 8
Debit Credit
47793.25
------------------------
------------------------
EXPE: 12.06.06 11:57:46
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD Period
Account Appropriated Expenditures Expenditures Encumbrance
3403 Airport North Commercial Park
560300 Airport Capital Acquisition/CIP
SERVICES
435060 Legal Publications
Total SERVICES
Total Airport Capital Acquisition/CIP
Total Airport North Commercial Park
3406 NE Property Development
560300 Airport Capital Acquisition/CIP
SERVICES
432060 Consultant Services
Total SERVICES
Total Airport Capital Acquisition/CIP
Total NE Property Development
3414 Runway 7 Extension
560300 Airport Capital Acquisition/CIP
SERVICES
435060 Legal Publications
Total SERVICES
Total Airport Capital Acquisition/CIP
Total Runway 7 Extension
Page: 1
Balance 4 Used
13.55 -13.55
----------------------------•- --- ------------ ------------ ------
13.55 -13.55
---------- ------------------------ ------------ ------------ ------
13.55 -13.55
--------------------- ------------ ----------- ------------ ------
13.55 -13.55
1050.00-1050.00
-------------------------------- --- ---------- ---------- - ------
1050.00-1050.00
------------------------ --------•--- --- -------------•------ ------
1050.00-1050.00
------------ ------------ ------------ ------------ ------------ ------
1050.00-1050.00
EXPE: 12.06.06 11:57:46
Page: 2
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD Period
Account Appropriated Expenditures Expenditures Encumbrance Balance t Used
------------------------------------------------------------------------------- ------------ ------------------------ ------
3415 Building B,C,X Roof Replacement GAVI-IOW)29)--9I-5
560300 Airport Capital Acquisition/CIP
CAPITAL OUTLAY
473010 Contracted Improv. 13369.00 13369.00
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Building B,C,X Roof Replacement GAVI-IOW)29)--9I
3416 Runway 7 Design, EA, FAA #SO
560300 Airport Capital Acquisition/CIP
SERVICES
431111 Engineering Services
435060 Legal Publications
Total SERVICES
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Runway 7 Design, EA, FAA #10
3417 Airport Obstruction Removal AIP-IOW(28)-9I-52
560300 Airport Capital Acquisition/CIP
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Airport Obstruction Removal AIP-IOW)28)-9I-52
------------------------------------------------ ------------ ------
13369.00 13369.00
------------ ------------ ------------------------------------ ------
13369.00 13369.00
------------ ------------------------ ------------ ------------ ------
13369.00 13369.00
15878.63-15878.63
18.80 -18.80
--------- ------------------------------------ ------------ ------
15897.43-15897.43
188566.60 45796.00 142770.00 24.29
--------- ----------•- ------------------------ ----- ------- -
188566.00 45796.00 142770.00 24.29
--------- ------------ ------------ ------------------------ ------
188566.00 61693.43 126872.57 32.72
--------------------------------------------- ------------ ------
188566.00 61693.43 126872.57 32.72
ERPE: 12.06.06 11:57:46
Account
----------------------------------------------
3419 Aviation Commerce Park Site Development
560300 Airport Capital Acquisition/CIP
SERVICES
432060 Consultant Services
Total SERVICES
Total Airport Capital Acquisition/CIP
Total Aviation Commerce Park Site Development
3420 Runway 7 Grading FAA #11 & #12
560300 Airport Capital Acquisition/CIP
SERVICES
431111 Engineering Services
Total SERVICES
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Runway 7 Grading FAA #11 & #12
3421 Runway 7 Paving/Lighting FAA #14
560300 Airport Capital Acquisition/CI,P
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Runway 7 Paving/Lighting FAA #14
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD Period
Appropriated Expenditures Expenditures Encumbrance
--------- ------------ ------------ ------------ ------------
Page: 3
Balance 1 Used
------------ ------
11217.58-11217.58
------------ ------------ ------------------------ ------------ ------
11217.58-11217.58
------------ ------------------------ ------------------------ ------
11217.58-11217.58
11217.58
24622.00 8892.09
------------------------------------ --
24622.00 8892.09
-11217.58
15729.91 36.11
-- ------------ ------
15729.91 36.11
-----------
24622.00
------------
------------ ------------
8892.09
------------
15729.91
------
36.11
------------
24622.00
------------
------------------------
8892.09
------------
15729.91
------
36.11
2241500.00 2241500.00
------------------------------------ ------------------------ ------
2241500.00 2241500.00
------------ ------------------------------------------------ ------
2241500.00 2241500.00
-
----------- ------------ ------------------------------------ ------
2241500.00 2241500.00
E%PE: 12.06.06 11:57:46
Page: 4
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11,01.06 to 11.30.06
YTO Period
Account Appropriated Expenditures Expenditures Encumbrance Balance % Used
------------------------------------------------------------------------------- ------------------------------------ ------
3422 Airport Taxilane/Apron Pavement Rehab 91-02-OIOW-1
560300 Airport Capital Acquisition/CIP
SERVICES
431111 Engineering Services 13840.19 1286.94-13840.19
435060 Legal Publications 92.78 -92.78
Total SERVICES
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Airport Taxilane/Apron Pavement Rehab 9I-02-OIOW
3423 Aviation Commerce Park South
560300 Airport Capital Acquisition/CIP
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Aviation Commerce Park South
3424 Hard Surface Floors Bldgs B & C #9I-05-OIOW-300
560300 Airport Capital Acquisition/CIP
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total Hard Surface Floors Bldgs B & C #9I-05-OIOW-300
------------ -
-----------------------
13932.97
------------
1286.94
------------
-13932.97
------
171171.00
152012.33
119226.33
19158.67
88.81
------------ ------------
171171.00
------------
152012.33
------------
119226.33
------------
19158.67
------
88.81
------------------------
171171.00
------------
165945.30
------------
120513.27
------------
5225.70
------
96.95
------------ ------------
171171.00
------------
165945.30
------------
120513.27
------------
5225.70
------
96.95
6281.00
2956.44
3324.56
47.07
------------------------
6281.00
------------ ------------
2956.44
------------
3324.56
------
47.07
------------------------
6281.00
------------ ------------
2956.44
------------
3324.56
------
47.07
------------ ------------
6281.00
------------ ------------
2956.44
------------
3324.56
------
47.07
EXPE: 12.06.06 11:57:46
Account
Page: 5
Iowa City General Ledger System
Budget to Actuals Expenditures Summary
FY 2007 Expense Reporting
For the period 11.01.06 to 11.30.06
YTD Period
Appropriated Expenditures Expenditures Encumbrance Balance I Used
------------------------------------------------------------------- ------------------------ ------------------------ ------
3425 FAA Obstruction Removal H3-19-0047-13-2006
560300 Airport Capital Acquisition/CIP
SERVICES
431111 Engineering Services
435060 Legal Publications
449055 Permitting Fees
Total SERVICES
CAPITAL OUTLAY
473010 Contracted Improv.
Total CAPITAL OUTLAY
Total Airport Capital Acquisition/CIP
Total FAA Obstruction Removal #3-19-0047-13-2006
"* GRAND TOTAL ***
288300.00
90281.78
198018.22
31.32
25.37
-25.37
300.00
-300.00
-----------------------
288300.00
------------
90607.15
------------
------------
197692.85
-----
31.43
1446254.00
466504.41
45258.40
979749.59
32.26
------------ -----------=
1446254.00
------------
466504.41
------------
45258.40
------------
979749.59
------
32.26
------------------------
1734554.00
------------
557111.56
------------
45258.40
------------
1177442.44
------
32.12
------------ ------------
1734554.00
------------
557111.56
------------
45258.40
------------
1177442.44
------
32.12
------------ ------------
4380063.00
------------------------
------------ ------------
------------
808879.95
------------
------------
------------
165771.67
------------
------------
------------
3571183.05
------------
------------
------
18.47
------
------
REVE: 12.06.06 11:57:52
Account
----------------------------------------------
3403 Airport North Commercial Park
560300 Airport Capital Acquisition/CIP
OTHER FINANCING SOURCES
393240 From Airport Operations
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Iowa City General Ledger System
Budget to Actuals Revenues Summary
FY 2001 Revenue Reporting
For the period 11.01.06 to 11.30.06
Estimated YTD
Revenue Revenue
--------------------- ------------ ------------
Total Airport North Commercial Park
3415 Building B,C,E Roof Replacement GAVI-IOW)29)--9I-52
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
334900 Other State Grants
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393140 General Fund CIP Funding
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Total Building B,C,% Roof Replacement GAVI-IOW)29)--9I-52
3416 Runway 7 Design, RA, FAA #10
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
331100 Federal Grants
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393414 From 05 GO Bonds
Total OTHER FINANCING SOURCES
Page: 1
Period
Revenue Remainder %
--------------------- ------
13.55
-13.55
------------------------------------
13.55
------------ ------
-13.55
------------------------ ------------
13.55
------------ ------
-13.55
------------ ------------------------
13.55
------------ ------
-13.55
9358.00 9358.00
------------------------------------------- ------
9358.00 9358.00
3636.00 3636.00
-
------------------------------- ------------ ------
3636.00 3636.00
-------------------------------- ------------ ------
12994.00 12994.00
-------------------- ------------------------ ------
12994.00 12994.00
227851.00 105221.00
227851.00 105221.00
-98327.00
------------
-98327.00
122630.00 46.18
---------------- ------
122630.00 46.18
-98327.00
-98327.00
REVS: 12.06.06 11:57:53
Account
Iowa City General Ledger System
Budget to Actuals Revenues Summary
FY 2007 Revenue Reporting
For the period 11.01.06 to 11.30.06
Estimated YTD
Revenue Revenue
----------
----------------------------------------- --
3416 Runway 7 Design, EA, FAA #10 (CONTINUED(
560300 Airport Capital Acquisition/CIP (CONTINUED(
Total Airport Capital Acquisition/CIP
Total Runway 7 Design, EA, FAA 110
3417 Airport Obstruction Removal AIP-IOW(28)-9I-52
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
331100 Federal Grants
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393416 From 07 GO Bonds
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Total Airport Obstruction Removal AIP-IOW(28(-9I-52
3420 Runway 7 Grading FAA #11 & #12
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
331100 Federal Grants
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393140 General Fund CIP Funding
393416 From 07 GO Bonds
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Total Runway 7 Grading FAA #11 & #12
------------------------
129524.00 105221.00
------------ ----- ------
129524.00 105221.00
Page: 2
Period
Revenue Remainder t
------------ ------------ ------
24303.00 81.24
------------------------ ------
24303.00 81.24
39621.00
20522.00
19099.00
51.80
------------------------
39621.00
20522.00
------------
------------
19099.00
------
51.80
-6664.00
-6664.00
------------------------
-6664.00
-----------
------- --
-6664.00
------
------------------------
32957.00
20522.00
------------
------------
12435.00
------
62.27
------------ ------------
32957.00
20522.00
------------
------------
12435.00
------
62.27
RRVE: 12.06.06 11:57:53
Iowa City General Ledger System
Budget to Actuals Revenues Summary
FY 2007 Revenue Reporting
For the period 11.01.06 to 11.30.06
Estimated YTO
Account Revenue Revenue
-------------------------------------------------------------------- ------------ ----------
3421 Runway 7 Paving/Lighting FAA 014
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
331100 Federal Grants 2129425.00
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393416 From 07 GO Bonds
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Total Runway 7 Paving/Lighting FAA 014
3422 Airport Taxilane/Apron Pavement Rehab 9I-02-OIOW-100
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
334900 Other State Grants
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393140 General Fund CIP Funding
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Total Airport Taxilane/Apron Pavement Rehab 9I-02-OIOW-100
------------
2129425.00
112075.00
------------ ------------
112075.00
--------- ------
2241500.00
------------------------
2241500.00
128111.00 37299.16
------------ ------------
128111.00 37299.16
36805.00
------------------------
36805.00
------------------------
164916.00 37299.16
------------------------
164916.00 37299.16
Page: 3
Period
Revenue Remainder %
------------------------ ------
2129425.00
------------------------ ------
2129425.00
112075.00
------------------------ ------
112075.00
------------------------ ------
2241500.00
------------------------ ------
2241500.00
24578.19 90811.84 29.11
-------------------- ------
24578.19 90811.84 29.11
36805.00
-------------------- ------
36805.00
-------------------- ------
24578.19 127616.84 22.62
-------- ------------ ------
24578.19 127616.84 22.62
REVS: 12.06.06 11:57:53 Page: 4
Iowa City General Ledger System
Budget to Actuals Revenues Summary
FY 2007 Revenue Reporting
For the period 11.01.06 to 11.30.06
Estimated YTD Period
Account Revenue Revenue Revenue Remainder 8
-------------------------------------------------------------------------------------------------------------------- ------
3423 Aviation Commerce Park South
560300 Airport Capital Acquisition/CIP
MISCELLANEOUS REV.
369900 Miscellaneous Other Income
------------------------ ------------------------ ------
Total MISCELLANEOUS REV.
------------ ------------------------------------ ------
Total Airport Capital Acquisition/CIP
------------ ------------ ------------------------ ------
Total Aviation Commerce Park South
3424 Hard Surface Floors Bldgs B & C #9I-05-OIOW-300
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
334900 Other State Grants
Total INTERGOVERNMENTAL REVENUE
Total Airport Capital Acquisition/CIP
Total Hard Surface Floors Bldgs B & C #9I-05-OIOW-300
3425 FAA Obstruction Removal #3-19-0047-13-2006
560300 Airport Capital Acquisition/CIP
INTERGOVERNMENTAL REVENUE
331100 Federal Grants
Total INTERGOVERNMENTAL REVENUE
OTHER FINANCING SOURCES
393416 From 07 GO Bonds
Total OTHER FINANCING SOURCES
Total Airport Capital Acquisition/CIP
Total FAA Obstruction Removal #3-19-0047-13-2006
*** GRAND TOTAL ***
6471.00 4143.30
------------ ------------
6471.00 4143.30
------------ ------------
6471.00 4143.30
------------ ------------
6471.00 4143.30
4143.30 2327.70 64.03
------------------- ------
4143.30 2327.70 64.03
------------------- ------
4143.30 2327.70 64.03
------- ------------ ------
4143.30 2327.70 64.03
1647826.00 232721.00 1415105.00 14.12
------------------------ ------------------------ ------
1647826.00 232721.00 1415105.00 14.12
86728.00 86728.00
86728.00 86728.00
------------------------ ------------------------ ------
1734554.00 232721.00 1501833.00 13.42
------------------------ ------------------------ ------
1734554.00 232721.00 1501833.00 13.42
------------ ------------ - ---------------------- ------
4322916.00 399920.01 28721.49 3922995.99 9.25
------------------------------------------------ ------
------------------------------------------------ ------
Page 1 of)
Michael Tharp
From: Hughes, David ( Des Moines ) [David.Hughes@earthtech.com]
Sent: Thursday, December 07, 2006 3:55 PM
To: Randy Hartwig
Cc: Michael Tharp; Eaton, Steve
Subject: IOW Project Update
Randy,
Here's a summary of the projects.
Box Culvert (AIP -10)
All required closeout documentation for the construction has been submitted to FAA for review and concurrence.
We are awaiting concurrence from FAA.
Iowa City Airport — Public Historic Booklet (AIP-10)
Earth Tech subconsultant, Tallgrass Historians, is working on this element of the project. Element involves
significant historic review of the Iowa City Municipal Airport. The public historic booklet will tell the story of the
Iowa City Municipal Airport. The booklet will document, as available, the early aviation achievements that took
place at Iowa City and the change in the airport over time. The booklet will be illustrated with historic
photographs, maps, and text that describe the history of the Iowa City Municipal Airport, one of the oldest airports
in continuous operation in the State of Iowa.
Engineering Services for Runway Grading (AIP-11)
This grant is completed. We are working with the FAA to provide necessary closeout documentation so that this
grant can be closed. Documentation requires updated Exhibit "A"- Airport Property Map. We are waiting to
submit so that the updated Exhibit "A" will also reflect the sale of the Hagen Property.
South Airfield Planning Study (AIP -12)
We have completed submitted draft forecast to FAA for review and comment. We are waiting for concurrence in
the forecast section of the report prior to proceeding with the next phase of this study. The next phase of the
study will define airport needs based on the forecast and begin development of alternative layouts to meet the
needs assessment.
Grading (AIP-13)
Project has been shut down for the winter. Erosion control measures have been placed and barricades on Dane
Road have been revised to restrict traffic from using the roadway. Work on this project will resume in the Spring
of 2007 once weather conditions allow. Grading is approximately 90% complete with the overall phase of this
project approximately 60% complete.
Obstruction Mitigation (AIP-13)
We received airspace determinations from FAA this week on the obstructions related to Runway 7-25 that have
been identified in the Airport Master Plan. FAA has given direction on how to proceed with these obstructions and
we are moving forward with identification of impacted property owners as it relates to these obstructions.
Approach Surveys — 405 Surveys (AIP-13)
We have started our field survey of these controlling items for airspace navigation. Initial field survey will be
complete this month and final office review will be completed based on field data obtained. Once all field survey
data has been reviewed, additional field survey may be required. If no additional field survey is required, results
12/8/2006
Page 2 of 2
of this 405 Approach Survey will be submitted to FAA for their development of instrument approaches to the Iowa
City Municipal Airport.
Paving and Lighting (AIP-14)
FAA has issued a project initiation letter for this phase of the project. We are preparing an engineering services
supplemental agreement for review and comparative cost analysis by the commission. FAA has indicated that
they would like to have the engineering services supplemental agreement in place by February 1, 2007. The
project initiation letter is requiring that this project be ready to advertise by June 1, 2007. This would allow
construction to begin in mid -August if all federal funding is in place.
Taxilanes — North Area (State Grant)
Construction on the taxilane and parking lot rehabilitation is complete. Contractor has completed repairs on
Hangar W. This project is recommended for final acceptance.
Taxilanes — South Area (2007 State Grant)
We have completed our field survey of this area. We anticipate geotechnical evaluation of this area later this
month or in early January.
T-Hangar A Rehabilitation (2007 State Grant)
We are planning to do field surveys of these buildings early next year. Will need to coordinate with owners to
provide access to the hangars but relocation of aircraft(s) for the survey will not be required. We will work with
Mike to coordinate this survey effort.
Terminal Apron Rehabilitation (AIP Recapture)
We have completed our field survey of this area. We anticipate geotechnical evaluation of this area later this
month or in early January.
David B. Hughes, P.E.
Earth Tech
Des Moines, IA
515-244-1470
515-244-4803 fax
12/8/2006
IOWA CITY MUNICIPAL AIRPORT
1801 South Riverside Drive Iowa City, Iowa 52246
Office Phone (319) 356-5045
11/16/2006
Harrel W. Timmons, President
Jet Air Inc.
58 Illinois Route 164
Galesburg, IL 61401
Phillip Wolford, Manager
Jet Air — Iowa City
1801 S. Riverside Dr.
Iowa City, IA 52246
RE: Fixed Base Operator's Agreement— Rent Adjustment
Gentlemen:
I refer to the Fixed Based Operator's Agreement ("FBO Agreement") between Jet Air, Inc. (JA) and the
Iowa City Airport Commission ("Commission") dated November 1, 2001, and Amendment to Fixed Based
Operator's Agreement dated April 10, 2003.
"Rent is payable on the first day of each month during the term of this lease. Payments
received after the fifteenth (150) day of each month shall draw interest at 9% per annum
from the date due, until paid. The rent will be adjusted consistent with the increase or
decrease in the Consumer Price Index as each option is exercised."
Jet Air, Inc. exercised its option to renew in letter dated September 24, 2004.
Pursuant to Paragraph 2, the rental rates for the facilities currently rented by Jet Air will be adjusted as
noted.
The new rent due per month beginning January 1, 2007 and ending December 31, 2011 shall be
$3926.00 per month.
Enclosed is the Consumer Price Index (CPI) Table and calculations used to evaluate the change in the
CPI Index.
Sincerely,
Michael Tharp, C.M.
Operations Specialist
Iowa City Municipal Airport
Enc: As Noted
CC: Airport Commission
Sue Dulek, Asst. City Attorney — City of Iowa City
Consumer Price Index (CPI) Calculations
** This is how the CPI was calculated.
value for the current year is unknown
Index Used
CPI for Current Year
Subtract CPI for Previous Year
Equals Index Point Change
Divided by CPI for Previous Year
Multiplied by 100 (convert to percentage)
Equals % Increase/Decrease
*Base year 1982-1984=100
Annual CPI values are used. When the Annual CPI
the most current monthly calculation will be used.
Consumer Price Index - All Urban
Consumers
Reference Dates
Sep-06 201.8
2002 179.9
21.90
0.121734297
12.17%
Previous Rent $3,500.00
Inflation % Increase 12.17%
New Rent (rounded to nearest whole dollar) $3,926
Consumer Price Index - All Urban ConsiimP.m
Series
Id: CUUROOOOSAO
Not Seasonally Adjusted
Area: U.S. city average
Item: All items
Base Period:
1982-84=100
Year
Jan
Feb
150.9
Mar
151.4
Apr
151.9
May
152.2
Jun
1 152.5
Jul
1 152.5
Aug
152.9
Sep
153.2K74.
Oct
Nov
Dec
Annual
HALF1
HALF2
154.4
154.9
155.7
156.3
156.6
156.7
157.0
157.3
157.8
158.6
158.6
156.9
155.8
157.9
159.1
159.6
160.0
160.2
160.1
160.3
160.5
160.8
161.2
161.5
161.3
160.5
159.9
161.2
161.6
161.9
162.2
162.5
162.8
163.0
163.2
163.4
163.6
164.0
163.9
163.0
162.3
163.7
164.3
164.5
165.0
166.2
166.2
166.2
166.7
167.1
167.9
168.3
168.3
166.6
165.4
167.8
oil
168.8
169.8
171.2
171.3
171.5
172.4
172.8
172.8
173.7
174.1
174.0
172.2
170.8
173.6
1 1
175.1
175.8
176.2
176.9
177.7
178.0
177.5
177.5
178.3
177.4
176.7
177.1
176.6
177.5
1 1
177.1
177.8
178.8
179.8
179.8
179.9
180.1
180.7
181.0
181.3
181.3
180.9
179.9
178.9
180.9
181.7
183.1
184.2
183.8
183.5
183.7
183.9
184.6
185.2
185.0
184.5
184.3
184.0
183.3
184.6
185.2
186.2
187.4
188.0
189.1
189.7
189.4
189.5
189.9
190.9
191.01
190.3
188.9
187.6
190.2
190.7
191.8
193.3
194.6
194.4
194.5
195.4
196.4
198.8
199.2
197.6
196.8
195.3
193.2
197.4
t
• 198.3
198.7
199.8
201.5
202.5
202.9
203.5
203.9
202.9
201.8
200.6
Source: http://www.bls.gov/cpi/
r
CITY OF IOWA CITY
MEMORANDUM
Date: December 8, 2006
To: Steve Atkins, City Council
From: Airport Staff
Re: New Communication Tools
The staff at the Iowa City Municipal Airport has been working diligently on new communications
tools. To this end, a new email notification list has been created on the city's ICgov2U network.
This tool will better help the airport communicate special events, or issue notices to the citizens
who have signed up to receive them. .
We've also developed a quarterly newsletter. The "Iowa City Beacon" will feature news about
events on the airport, as well as updates to construction efforts, and future plans for our
facilities.
If you have not already done so, we encourage you to visit the city's website to view both the
newsletter and to sign up for our email notification lists.
The newsletters are located at http://www.icgov.orq/airport/newsletter.htm
Email notification signups are located at http://www.icgov.org/subscribe.asp
Also attached is a copy of the first edition of the newsletter.
Resp ctfully,
WMicha harp, C.
Operations Specialist
Iowa City Municipal Airport
CC: Airport Commission
Q
3
O
RANDALL HARTWIG
CHAIR
GREG FARRIS
SECRETARY
JOHN STALEY
HOWARD MORAN
IANELLE RETTIG
MICHAEL THARP,
C.M.
OPERATIONS
SPECIALIST
Construction Year In
Review
Historic Aircraft Visit
Iowa City
• 2007 Construction
preview
• New Communications
VOLUME 1,
ISSUE 1
IOWA
CITY
B
EACO
N
DECEMBER 2006
DECEMBER 2006
HISTORIC AIRCRAFT VISIT IOWA CITY MUNICIPAL AIRPORT
During the summer, 2 his-
toric aircraft graced the Iowa
City Municipal Airport with
their presence.
"Rose" a DC-3 flew in to
overnight with us during a
trip from California to the
Indianapolis Air show in late
August. While here 18 lucky
people were given a rare
opportunity to take a ride
around the local area. The
DC-3 was the workhorse of
early commercial aviation
'Rose' A DC-3 on the ramp during her stop at Iowa City.
CONSTRUCTION YEAR IN REVIEW
The Iowa City Airport kicked off
the start of construction season
by installing concrete floors in
Buildings B & C. These new
floors replaced the dirt and ce-
ment pads that had previously
existed. Following this up was
the rehabilitation of the Taxi -
lanes surrounding the North T-
Hangars. The area had long suf-
fered with broken asphalt
and now has a new surface.
Drainage issues in the area
were also addressed by re-
grading the area prior to the
resurfacing. The North Ter-
minal vehicle parking lot
was repaved as well, contrib-
uting to an improved aes-
thetic look to the airport.
and served local airlines
such as Ozark and United
Airlines.
At the opening of the Univer-
sity of Iowa Football season.
A rededication ceremony
included an over flight of an
F4F3 Wildcat. This is the
aircraft Heisman Trophy win-
ner, Nile Kinnick, flew during
his naval service. The air-
craft was originally recov-
ered in 1991 after being at
the bottom of Lake Michigan
following a training accident
nearly 50 years earlier. This
aircraft was displayed to
viewer at the airport before
and after the ceremonies.
The continuation of the Run-
way 7-25 project was de-
layed a bit while federal
funding was appropriated.
Extra -ordinarily wet weather
during August and Septem-
ber caused some delays to
the grading project, and as
a result the
(continued on back)
We are on the web!
httrJ/w Jc oirporlidellaumUiti.
1801 S Riverside Dr The Iowa City Municipal Airport is the oldest continually operated airport west
Iowa City, IA 52246 of the Mississippi River. It is located 2 miles southwest of Downtown Iowa City
Phone: 319-356-5045 and serves the greater Johnson County Area.
Fax: 319-351-1290
The Iowa City Municipal Airport is owned by the City of Iowa City, and operated
by the Iowa City Airport Commission.
CONSTRUCTION REVIEW
Aerial view of the Runway 7-25 Grading Project
... continued from front. mated Surface Observa-
project is being shut down tion System (ASOS)
for the winter. The Airport weather monitoring equip -
Viewing Area began to ment.
take shape with the outlin-
ing fence installation late
iintheyear. NEW COMMUNICATION TOOLS
2007 CONSTRUCTION PREVIEW
The 2007 construction
season looks to be just as
active as 2006. It will
again be kicked of with
hangar rehabilitation
work. With the aid of state
funding Building will be
retro-fitted with concrete
floors and have the walk-
in doors replaced. With
the last piece of federal
funding the Runway 7-25
extension will enter the
final phase of work, con-
sisting of paving and light-
ing the runway extension.
The Mormon Trek Road
The south taxiway and taxi
lanes surrounding the corpo-
rate hangar building will be
rehabilitated and repaved.
These will be done with addi-
tional aid from the state. With
the conclusion of a land sale
this year, funding is ear-
marked for rehabilitation of
the terminal parking apron.
The Airport Viewing Area will
continue to be developed to
provide a safe and educa-
tional area for everyone to
enjoy a day of aircraft viewing.
Extension project resumed
The Airport is pleased to announce a new communication method for distributing news and informa-
late in the year with the
tion regarding airport events and items.
segment running south of
Anyone who wishes to receive these items can sign up to the new a -letter notification list on the Iowa
the airport A portion of
City webpage. http://www.icgov.org/subscribe.asp This list will be used by the airport to send out
this project also included
notifications of news, events, and other items affecting the Iowa City Municipal Airport
the relocation of the Auto -